Loading...
HomeMy Public PortalAbout09-0248 City of Tybee_1of4DATE ISSUED: 05 -22 -2009 WORK DESCRIPTION WORK LOCATION CITY OF TYBEE ISLAND BUILDING PERMIT FOURTEENTH ST DRAINAGE PROJECT FOURTEENTH ST OWNER NAME CITY OF TYBEE ADDRESS PO BOX 2749 CITY, ST, ZIP TYBEE ISLAND GA 31328 -2749 PHONE NUMBER CONTRACTOR NAME BRW CONSTRUCTION GROUP LLC ADDRESS PO BOX 1806 CITY STATE ZIP SAVANNAH GA 31402 FLOOD ZONE BUILDING VALUATION SQUARE FOOTAGE OCCUPANCY TYPE TOTAL FEES CHARGED PROPERTY IDENTIFICATION # P $ 0.00 PROJECT VALUATION $864,000.00 PERMIT #: 090248 TOTAL BALANCE DUE: $ 0.00 It is understood that if this permit is granted the builder will at all times comply with the zoning, subdivision, flood control, building, fire, soil and sedimentation, wetlands, marshlands protection and shore protection ordinances and codes whether local, state or federal, including all environmental laws and regulations when applicable, subsequent owners should be informed that any alterations to the property must be approved by the issuance of another building permit. Permit holder agrees to hold the City of Tybee Island harmless on any construction covered by this permit. This permit must be posted in a conspicuous location in the front of building and protected from the weather. If this permit is not posted work will be stopped. The building contractor will replace curb paving and gutter broken during construction. This permit will be voided unless work has begun within six months of the date of issuance. Signature of Building Inspector or Authorized Agent: P. 0. Box 2749 - 403 Butler Avenue, Tybee Island, Georgia 31328 (912) 786 -4573 - FAX (912) 786 -9539 www.cityoftybee.org 015t CITY OF TYBEE ISLAND (n CI j ;• TREE REMOVAL PERMIT APPLICATION 0 9 0 2 % Address of Property V- (i el � 14 „,Y4_,,..„---- vl v_GL Owner's Name �y �� ce Applicant's Name J w( l/5 c, Owner's Address �� ye( ( ,(y� Applicant's Address .1G�- Owner's Telephone Applicant's Telephone 6 37 F3, 2_ REQUIREMENTS FOR TREE REMOVAL • Must maintain a density of 3 trees per 4,500 square feet. All trees with a 6" diameter at 4.5 feet above ground count toward the density count. • Significant trees may be removed only under certain circumstances and must be replaced inch - for -inch in like species with minimum 2 -inch diameter trees or be otherwise mitigated. (See reverse side for definition.) • By accepting the Tree Removal Permit, the property owner and the applicant agree to comply with all requirements of the Tree Ordinance including mitigation requirements, planting specifications and tree survival requirements. APPLICATION Scaled plot plan showing location, size and species REQUIREMENTS of all trees on the lot which have a diameter of 6 inches or all proposed improvements, and property setbacks. proposed replacement trees. (If replacement is proposed for with the same information notated.) more at 4.5 feet above ground, all existing improvements, Mark all trees proposed for removal. Mark the planting location, size and species for all another parcel of land, a plot plan of that parcel is required EXPLAIN NEE D T9 REMOVE TREE(S' 71-(4-6" 3.±_i v 1, k (f 4L5 ?/ZC. ( [ (cam (L-eArt ? U t/t-C_ .c----- io ntfr, 5 I have reviewed the Tybee Island Land Development Code, Article 7, Tree Removal Regulations, and hereby agree to comply with the provisions thereof. I understand a Tree emoval Permit Application may require days to rocess. Owner or Applicant Signature Date /7 zv 7 / Owner or Applicant Printed Name -�J e e (-L.)/ Z Mitigation Required? LI YES NO Permit Fee Palms Up TOTAL /[APPROVED ❑_ DENIED MITIGATION PLAN (0 APPLICATION FOR INFRASTRUCTURE ALTERATION PERMIT Name (1-L/ 0 4 I 4..do Qt) .. S l artc L. ca41 oh Address- ,, /0r e 4 Q l t 02 �Wl f V �J C.�tvQ.ln.s Home Telephone Other Phone 1 City of Tybee Island BUILDING AND ZONING P.O. Box 2749 — 403 Butler Avenue, Tybee Island, Georgia 31328 -2749 (912) 786 -4573 — FAX (912) 786 -9539 NOTE: Any alteration to City -owned streets, curbs, sidewalks, water lines, sewer lines, drainage pipes, catch basins, or other elements of the City's infrastructure, requires a permit from the City, and an acknowledgement by the individual seeking to accomplish the alteration, that: a. The City's infrastructure will not be degraded in any way. b. All necessary safety precautions will be undertaken. c. The City will inspect the work in process and upon completion. d. The work will be accomplished to the City's satisfaction. e. The City shall be held harmless of any liability or damage of any variety. f. The individual has read applicable portions of the City's Code of Ordinances dealing with the alteration, and agrees to fully comply with such provisions. Location of work: `� Description of alteration. ci ('0., na `t f r a ,�,�,,.`%5 C.�h R.G-L r, 8 R W eor, 5 r.� c4 Qv� #C' g(0,-1-1 000 Estimated cost of construction: $ A sketch or drawing must be attached illustrating the planned alteration. Attached? City Design Standards and Specifications: Any alteration to the City's infrastructure shall be accomplished in such a fashion so as to restore the infrastructure to essentially the same condition that existed prior to the alteration, or to an improved condition, as determined by the City. Certification: I hereby acknowledge the above requirements, and certify that I will perform the above described alteration in accordance with these provisions. Signature Approvals: Zoning Administrator Code Enforcement Officer Water /Sewer Storm /Drainage City Manager Signature Date Date 5ZZ -o9 Fees Permit Inspection Engineering Review TOTAL ADDENDUM NO. 2 DATED DECEMBER 3, 2008 BID PROPOSAL City of Tybee Island. P.O. Box 2749 Tybee Island, . Georgia 31328 ATTENTION: Ms. Diane Schleicher City Manager PROJECT TITLE: 14Th STREET DRAINAGE IMPROVEMENTS SUBMITTED BY: BRW Construction Group, Lr,C Gentlemen: Having carefully examined the Plans, Specifications and other Contract Documents relating to 14TH STREET DRAINAGE IMPROVEMENTS dated November, 2008 and Addendum No.(s) #- f , and also having carefully inspected the premises and the conditions affecting the woik, the undersigned hereby proposes and agrees to furnish all materials, labor skill, equipment, tools and other things of every kind and description specified, needed or used for the complete execution of all work covered by and in conformity with the aforesaid Plans, Specifications and other Contract. Docurnents prepared by. HUSSEY, GAY, BELL & DEYOUNG, INC., Consulting Engineers (hereinafter called the "Engineer ") and all Amendments and Addenda thereto, for the sums hereinafter stated. SCHEDULE OF BID PROPOSAL: Bidder must fill in unit prices in figures, make extensions of each item and total as indicated. For complete information concerning these items, see Plans and Specifications. 1 14th Street Drainage Improvements Tybee Island, GA BID SCHEDULE Addendum #2 Dated December 3, 2008 Hussey, Gay, Bell & DeYoung, Inc. Savannah, GA November, 2008 Item # Description Est. Qty. Unit Price Total Price PART 1 1 Remove Bush or Shrub 11 EA $ 57.00 $ 627.00 2 Remove Tree 40 EA $ 200.00 $ 8,000.00 3 Remove Storm Drain Pipe, All Sizes 1600 LF $ 5.20 $ 8,320.00 4 Remove Existing Drainage Structure 20 EA $ 565.00 $ 11,300.00 5 Channel Excavation 50 CY $ 54.00 $ 2,700.00 6 Grading, part 1 only, complete, including finish grading of shoulders and swales, construction layout, soils testing, etc. and all other measures required to complete the project as shown on the plans. 1 JOB $ 15,000.00 $ 15,000.00 7 Removal of Unsuitable Subgrade Material 350 CY $ 19.50 $ 6,825.00 8 Foreign Borrow (Replace Unsuitable Subgrade or Trench Material only after All Suitable Material is Expended) 700 CY $ 19.30 $ 13,510.00 9 18" Storm Drain Pipe 300 LF $ 30.00 $ 9,000.00 10 30" Storm Drain Pipe 290 LF $ 46.75 $ 13,557.50 11 36" Storm Drain Pipe 570 LF $ 65.00 $ 37,050.00 12 42" Storm Drain Pipe 820 LF $ 66.00 $ 54,120.00 13 42" Reinforced Concrete Storm Drain Pipe 380 LF $ 137.00 $ 52,060.00 14 Grate Inlet 20 EA $ 2,155.00 $ 43,100.00 15 Storm Manhole 5 EA $ 1,959.00 $ 9,795.00 16 Cast -in -place Junction Box 1 JOB $ 16,000.00 $ 16,000.00 17 Concrete Headwall, Double 42" Pipe with Tidoflex Check Valves 1 JOB s 110,000.00 $ 110,000.00 18 Interference Manhole 2 EA $ 4,000.00 $ 8,000.00 19 Sanitary Service Tap, 4" Service Line and Connection to Existing Service Line 10 EA $ 813.00 $ 8,130,00 20 6" Water Main 400 LF $ 50.00 $ 20,000.00 21 2" Water Main 200 LF $ 4.50 $ 900.00 22 6" Valve in Box 2 EA $ 838.00 $ 1,676.00 23 2" Valve in Box 2 EA $ 335.00 $ 670.00 24 Connect to Existing Water Main with Fitting 10 EA $ 210.00 $ 2,100.00 25 Lower Water Main 2 EA $ 2,000.00 $ 4,000.00 26 Remove and Reset Fire Hydrant 1 EA $ 1,850.00 $ 1,850.00 27 Remove and Replace Water Service Lateral 10 EA $ 385.00 $ 3,850,00 3 Addendum No. 2 Dated December 3, 2008 1 Remove Bush or Shrub 28 Water Service Tap, Service Line, Water Meter, and Connection to Existing Service Line 10 EA $ 650.00 $ 6,500.00 29 Water Service Tap, Service Line and Connection to Existing Service Line 8 EA $ 138.00 $ 1,104.00 30 Remove and Replace 4' Chain Link Fence 40 LF $ 30.00 $ 1,200.00 31 Remove and Replace 6' Chain Link Fence 60 LF $ 27.00 $ 1,620.00 32 Remove and Replace Chain Link Fence Gate 2 EA $ 77.00 $ 154.00 33 Remove and Reset Wood Post 3 EA $ 96.00 $ 288.00 34 Remove and Reset Sign 15 EA $ .45.00 $ 675.00 35 Remove and Replace Asphalt Pavement 800 SY $ 42.00 $ 33,600.00 36 Remove and Replace Concrete Drive 120 SY $ 32.00 $ 3,840.00 37 Remove and Replace Concrete Sidewalk 180 SY $ 28.00 $ 5,040.00 38 Traffic Control (Part 1 Only) 1 JOB $ 2,500.00 $ 2,500.00 39 NPDES Compliance (Part 1 Only) 1 JOB $ 3,500.00 $ 3,500.00 40 Erosion and Sedimentation Control (Part 1 Only) 1 JOB $ 1,300.00 $ 1,300.00 41 Grassing _ 4000 SY $ 0.95 $ 3,800.00 10 TOTAL ALL WORK, PART 1 $ 527,261.50 3 PART 2 1 Remove Bush or Shrub 10 EA $ 57.00 $ 570.00 2 Remove Tree 45 EA $ 200.00 $ 9,000.00 3 Remove Storm Drain Pipe, All Sizes 550 LF $ 5.00 $ 2,750.00 4 Remove Existing Drainage Structure 10 EA $ 535.00 $ 5,350.00 5 Grading, Part 2 Only, Complete, Including Finish Grading of Shoulders and Swales, Construction Layout, Soils Testing, etc. and all other measures required to complete the project as shown on the plans 1 JOB $ 11,000.00 $ 11,000.00 6 Removal of Unsuitable Material 250 CY $ 19.50 $ 4,875.00 7 Foreign Borrow (Replace unsuitable subgrade or trench material only after all other suitable material is expended) 600 CY $ 19.30 $ 11,580.00 8 18" Storm Drain Pipe 90 LF $ 30.00 $ 2,700.00 9 30" Storm Drain Pipe 290 LF $ 47.00 $ 13,630.00 10 36" Storm Drain Pipe 560 LF $ 64.00 $ 35,840.00 11 42" Storm Drain Pipe 750 LF $ 85.00 $ 63,750.00 12 Grate Inlet 15 EA $ 2,315.00 $ 34,725.00 13 Storm Manhole 2 EA $ 2,350.00 $ 4,700.00 14 Interference Manhole 2 EA $ 3,900.00 $ 7,800.00 15 Sanitary Service Tap, 4" Service Line and Connection to Existing Service Line 10 EA $ 920.00 $ 9,200.00 16 6" Water Main 50 LF $ 76.00 $ 3,800.00 17 2" Water Main 50 LF $ 50.00 $ 2,500.00 18 6" Valve in Box 1 EA $ 750.00 $ 750.00 19 2" Valve in Box 2 EA $ 340.00 $ 680.00 20 Connect to existing water main with fitting 2 EA $ 1,300.00 $ 2,600,00 21 Connect to existing water main with tapping sleeve and tapping valve 1 EA $ 3,450.00 $ 3,450.00 22 Lower Water Main 4 EA $ 1,650.00 $ 6,600.00 23 Remove and Reset Fire Hydrant 1 EA $ 1,800.00 $ 1,800.00 24 Remove and replace water service lateral 8 EA $ 370.00 $ 2,960.00 3 SUMMARY TOTAL ALL WORK, PART 1 TOTAL ALL WORK, PART 2 $ 527,261.50 $ 282,010.00 SUBTOTAL, ALL WORK PARTS 1 AND 2 $ 809,271.50 Addendum No. 2 Dated December 3, 2008 Water service tap, service line water meter and 25 connection to existing service line 4 E4 $ 1,850.00 $ 7,400.00 Water service tap, service line and connection to 26 existing service line 4 EA $ 750.00 $ 3,000.00 27 Remove and replace 4' chain link fence 50 LF $ 26.00 $ 1,300.00 28 Remove and reset sign 5 EA $ 40.00 $ 200.00 29 Remove and Replace Asphalt Pavement 280 , SY $ 46.00 $ 12,880.00 30 Remove and Replace Concrete Drive 125 SY $ 32.00 $ 4,000.00 31 Remove and Replace brick drive 20 SY $ 60.00 $ 1,200.00 32 Remove and Replace Concrete Sidewalk 20 SY $ 28.00 $ 560.00 33 Traffic Control (Part2 Only) 1 JOB $ 1,200.00 $ 1,200.00 34 NPDES Compliance (Part 2 Only) 1 JOB $ 3,500.00 $ 3,500.00 35 Erosion and Sedimentation Control (Part 2 Only) 1 JOB $ 1,500.00 $ 1,500.00 36 Grassing 2800 SY $ 0.95 $ 2,660.00 TOTAL ALL WORK, PART 2 $ 282,010.00 SUMMARY TOTAL ALL WORK, PART 1 TOTAL ALL WORK, PART 2 $ 527,261.50 $ 282,010.00 SUBTOTAL, ALL WORK PARTS 1 AND 2 $ 809,271.50 ADDENDUM NO. 2 DATED DECEMBER 3, 2008 For and in consideration of the sum of $1.00, the receipt of which is hereby acknowledged, the Undersigned agrees that this proposal may not be revoked or withdrawn after the time set for the opening of bids but shall remain open for acceptance for a period of sixty days following such time. In case he be notified in writing by mail, telegraph, or delivery of the acceptance of the Proposal within sixty days after the time set for the opening of bids, the Undersigned agrees to execute within ten days a Contract (Form of Agreement between Contractor and Owner) for the work for the above stated compensation and at the same time to furnish and deliver to the Owner a Performance Bond and Payment Bond in accordance with the instructions bound in the specifications, both in an amount equal to 100 percent of the contract sum. The Undersigned agrees to commence actual physical work on the site with an adequate force and equipment within ten days of a date to be specified in a written order from the Owner and to complete fully all work within 150 consecutive calendar days, or within consecutive calendar days if different than specified. The Undersigned Bidder agrees to pay to the Owner, Liquidated Damages as stated in the Special Conditions for each consecutive calendar day of delay in an amount not to exceed $250.00 per day. Enclosed herewith is a Bid Bond in the amount of Five (5) Percent of Bid Dollars ($ ) being not less than 5 percent of the Base Bid. The Bid Bond must be submitted on a form acceptable to the Owner. The Undersigned agrees that the above stated amount is the proper measure of liquidated damages which the Owner will sustain by the failure of the Undersigned to execute the Contract and to furnish the performance Bond and Payment Bond in case this proposal is accepted and further agrees to the following: If this Proposal is accepted within 60 days after the date set for the opening of bids and the Undersigned fails to execute the Contract within 10 days after written notice of such acceptance or if he fails to furnish both a Performance Bond and Payment Bond, the obligation of the Bid Bond will remain in full force and effect and the money payable thereon shall be paid into the funds of the Owner as Liquidated Damages for such failure; otherwise the obligation of the Bid Bond will be null and void. 5 ADDITIVE ALTERNATE 1 Unit Price Total Price 1 Overlay 14m Street from Venetian Way to 2f0 Avenue in accordance with typical section shown on the plans. This will include all tack coats and replacement of any existing surface striping. 4000 SY $ 0,, $ a� por 2 Asphaltic Concrete Leveling as required to meet typical section shown on plans when surface course is placed 250 TON - $ o . q.5 $ o....." 023,15 TOTAL, ADDITIVE ALTERNATE 1 $ 55,15a For and in consideration of the sum of $1.00, the receipt of which is hereby acknowledged, the Undersigned agrees that this proposal may not be revoked or withdrawn after the time set for the opening of bids but shall remain open for acceptance for a period of sixty days following such time. In case he be notified in writing by mail, telegraph, or delivery of the acceptance of the Proposal within sixty days after the time set for the opening of bids, the Undersigned agrees to execute within ten days a Contract (Form of Agreement between Contractor and Owner) for the work for the above stated compensation and at the same time to furnish and deliver to the Owner a Performance Bond and Payment Bond in accordance with the instructions bound in the specifications, both in an amount equal to 100 percent of the contract sum. The Undersigned agrees to commence actual physical work on the site with an adequate force and equipment within ten days of a date to be specified in a written order from the Owner and to complete fully all work within 150 consecutive calendar days, or within consecutive calendar days if different than specified. The Undersigned Bidder agrees to pay to the Owner, Liquidated Damages as stated in the Special Conditions for each consecutive calendar day of delay in an amount not to exceed $250.00 per day. Enclosed herewith is a Bid Bond in the amount of Five (5) Percent of Bid Dollars ($ ) being not less than 5 percent of the Base Bid. The Bid Bond must be submitted on a form acceptable to the Owner. The Undersigned agrees that the above stated amount is the proper measure of liquidated damages which the Owner will sustain by the failure of the Undersigned to execute the Contract and to furnish the performance Bond and Payment Bond in case this proposal is accepted and further agrees to the following: If this Proposal is accepted within 60 days after the date set for the opening of bids and the Undersigned fails to execute the Contract within 10 days after written notice of such acceptance or if he fails to furnish both a Performance Bond and Payment Bond, the obligation of the Bid Bond will remain in full force and effect and the money payable thereon shall be paid into the funds of the Owner as Liquidated Damages for such failure; otherwise the obligation of the Bid Bond will be null and void. 5 ADDENDUM NO. 2 DATED DECEMBER 3, 2008 The Bidder submits the following statement of Bidder's qualifications. BIDDER'S QUALIFICATIONS BRW Construction Group, LLC NAME OF BIDDER 1425 Dean Forst Road Savannah, GA 31405 STREET ADDRESS TELEPHONE NO. 912- 236 -8107 FAX NO. 912- 236 -8103 WHEN ORGANIZED 2003 WHERE INCORPORATED Georgia LICENSED TO DO BUSINESS IN THE STATE OF Georgia and South Carolina The foregoing statement of qualifications is submitted under oath: Respectfully submitted, Name: BRW Construction Group, LLC P. 0. Box 1806 Mailing Address: Savannah, GA 31402 By: 1r. - a• Title: The legal name of the Bidder is: Robert K. Beck President BRW Construction Group, LLC (Attach satisfactory evidence of the authority of the officer, or officers, signing on behalf of a corporation.) 6 09-0243 DEPARTMENT OF NATURAL RESOURCES COASTAL RESOURCES DIVISION July 27, 2009 Mr. Brandon Wall Sligh Environmental Consultants, Inc. 31 Park of Commerce Way, Suite 200B Savannah, GA 31405 RE: Letter of Permission (LOP), Request for Revocable License (RL), 14th Street Drainage Improvements, Back River, Tybee Island, Chatham County, Georgia (ACOE# 200801603) Dear Mr. Wall, This LOP is in response to the request submitted by Sligh Environmental Consultants, Inc. on behalf of The City of Tybee Island, GA for improvements to the 14th Street drainage outfall. The project involves the maintenance and repair of an existing 42" drainage outfall pipe and the installation of a second 42" drainage outfall pipe parallel to the first. The existing outfall pipe and headwall will be removed from jurisdictional marshlands and relocated upland of the DNR jurisdiction line. The second new pipe will be installed parallel to this and will also be located upland of the DNR jurisdiction line. Approximately 63 square feet of rip -rap will be used to stabilize the banks adjacent to the new headwalls in an area located within the footprint of the existing outfall structure. No additional coastal marshlands will be impacted by the proposed project. All work will take place landward of the DNR jurisdictional line or within the footprint of the existing impacts associated with the drainage outfall. The Department authorizes the improvements to the existing drainage structure as depicted in the attached drawings and description. All applicable Best Management Practices must be employed to protect coastal marshlands and water quality. This Letter of Permission (LOP) and fully executed revocable license (RL) are not meant to exempt the above referenced activity from future environmental laws. No construction materials or debris may be placed, disposed of, or stored in jurisdictional areas. Any incidental impacts associated with this project must be rectified by fully restoring areas to their pre - construction topographic and vegetative states. Any change in the use, location, dimensions, or configuration of the approved project, without prior notification and approval from this office, could result in the revocation of this license and in required removal of the materials and related structures. This authorization does not relieve you from obtaining any other federal (Army Corps of Engineers), state, or local permits. Tidal waterbottoms and marshlands of coastal Georgia are public trust lands controlled by the State, except for such lands where a validated Crown Grant or State Grant exists. ONE CONSERVATION WAY • BRUNSWICK, GEORGIA 31520 (912) 264 -7218 • FAX: (912) 262 -3143 • CoastalGaDNR.org City of Tybee- 14th St. Drainage Improvement July 27, 2009 Page 2 of 2 Staff of the Coastal Management Program has reviewed the above referenced application pursuant to Section 404 of the Clean Water Act and/or Section 10 of the River and Harbors Act of 1899 for consistency with the Georgia Coastal Management Program (GCMP). Program concurs with the applicant's consistency certification. This ensures that the proposed project has been designed to comply with the applicable enforceable policies of the GCMP and that all applicable state permissions have been obtained prior to issuance of this federal permit. Please feel free to contact John Wynne at 912 - 266 -0277 if we can be of further assistance in this matter. Sincerely, '1B Brad Gane Assistant Director Ecological Services Section Enclosures: Project Description and Drawings Cc: City of Tybee Iris Winn, ACOE Savannah District (COE # 200801603) STATE OF GEORGIA REVOCABLE LICENSE REQUEST In Association with a DNR Permitted Project APPLICANTS NAME(S): City of Tybee Island — Attn: Ms Diane Schleicher, City Manager MAILING ADDRESS: 403 Butler Avenue Tybee Island Georgia 31328 (Street) (City) (State) PROJECT ADDRESS /LOCATION: intersection of Chatham Avenue and Venetian Drive, Tybee Island (Zip) COUNTY: Chatham WATERWAY: Tybee Creek DATE: June 4, 2009 LOT, BLOCK & SUBDIVISION NAME FROM DEED: Lot 366 -A Ward 4 SUSAN SHIPMAN, DIRECTOR Georgia Department of Natural Resources Coastal Resources Division One Conservation Way Brunswick, Georgia 31 520 -8687 Dear Ms. Shipman: l ani making application for a permit with the U.S. Department of the Army, Corps of Engineers, Savannah District. I understand that the issuance of such a permit will not relieve me of the obligation to obtain authorization from the State of Georgia since the proposed project would constitute an encroachment on the beds of tidewaters which are State -owned property. Accordingly, 1 hereby request that I be granted a revocable license from the State of Cieorgia. Attached hereto and made a part of this request is a copy of the plans and description of the project which will be the subject of such a license, I certify that all information submitted is true and correct to the best of my knowledge and understand that the willful misrepresentation or falsification is punishable by law. I understand that if permission from the State is granted, it will be a revocable license and will not constitute a license coupled with an interest. I acknowledge that this revocable license does not resolve any actual or potential disputes regarding the ownership of, or rights in, or over the property upon which the subject project is proposed, and shall not he construed as recognizing or denying any such rights or interests. I further acknowledge that such a license would relate only to the property interests of the State and would not obviate the necessity of obtaining any other State license, permit or authorization required by State law, 1 recognize that I waive my right of expectation of privacy and I do not have the permission of the State of Georgia to proceed with such project until the Commissioner of the DNR has signed a copy of this request. Attachment 4.x yew xx By: By: S ncere� IL LA ( i �l (Diane Schleicher), City Manager ,Fi:XX %Y. Y.XXX %xxx aYxxxxx xr.x%aF **** (Applicant), title if applicable The State of Georgia hereby grants you a revocable license not coupled with an interest as provided in your request. This area may now or in the future be utilized by boats employing power drawn nets under the provisions for commercial or sport bait shrimping. In its occupancy and use of the premises, licensee shall not discriminate against any person on the basis of race, gender, color, national origin, religion, age, or disability. This covenant by licensee may be enforced by termination of this license, by injunction, and by any other remedy available at law to the Department. The project proposed for this license must be completed within 5 years of the date of issuance of the license and must be maintained in serviceable condition. Otherwise, action will be initiated to revoke the license and all structures must be removed immediately at the licensee's expense. STATE OF GEORGIA Office of the Governor By: For: hri Clark, Commissioner- DATE: Revised 3/310.00 sligh environmental consultants, inc July 27, 2009 Mr. John Wynne Georgia Department of Natural Resources Coastal Resources Division One Conservation Way Brunswick, Georgia 31523 Subject: Dear Mr. Wynne, Request for Revocable License 14th Street Drainage Improvements Chatham County, Georgia SECI #: 01 -08 -108 As per our meeting with you at your office on July 16, 2009 and our subsequent phone conversations with Ms. Susan Shipman on July 22, 2009 and you on July 24, 2009, SECI requests that you withdraw l4" Street Drainage Improvements Coastal Marshlands Protection Act Permit application and authorize the project under a Letter of Permission. The site plan has been revised so that there are no new impacts to Coastal Marshlands. The revised proposed outfall structure has been relocated to an upland area, and the only proposed activity in the marsh is the removal of existing pipe and rip -rap, and placement of approximately 63 square feet of rip -rap for bank stabilization. Please find attached the following information for your review: • Signed Revocable License Request Form • Project Description • Revised Site Plan Drawings We respectfully request that you process this information at your earliest convenience. Should you have any questions or comments, please do not hesitate to contact us at (912) 232 -0451. Sincerely Brandon W. Wall Project Biologist Sligh Environmental Consultants, Inc. Enclosures Cc: Mr. Bill Lovett — Hussey, Gay, Bell & DeYoung, Inc. Ms. Susan Shipman - CRD 31 PARK OF COMMERCE WAY / SUITE 200E 1 SAVANNAH, GA 31405 / T 912.232.0451 / F 912.232.0453 1815 -A BOUNDARY STREET / BEAUFORT, SC 29902 / T 843.379.2770 / F 843.379.2771 NOTE: THIS PROJECT WILL NOT ENCROACH INTO THE 25' STATE WATERS BUFFER EXCEPT FOR THE AREA OF STORM PIPE STALLATION, AS SHOWN. \ WIDEN /EXPAND CHANNEL TO \ ACCOMODATE NEW HEADWALL AND APRON. SLOPE BANKS AT 1:1 OR AS INDICATED. AU. GRADING WORK TO TIE TO DUSTING AT MARSH LINE. 10 "SHORT PALM 4 SY RIPRAP IN 50 SY STONE RIP MARSH FOR BANK pLA�CED FLUSH STABILIZATION. SY RIPRAP IN BANKS AND RSH FOR BANK BILIZATION. /127H-7) PALM "PALM 6 "PALM 5••PALM PROJECT RECEMNG WATERS OF HORSE PEN CREEK. I.E.( -)0.6 CONCRETE HEADWALL WITH SUMP APRON AND DUAL TIDEGATES FOR 42� PIPES I.E. ( —)0.80 (SEE DETAIL) SPRINKLER `VALVE CE `OOD // XISTIN TONC.HDVI . • 12 " PALM ED;STORMW AND :.$04 U DISC LOCATION. WIRE WITH VINES ROCK!.WAL / �% 12"PAL 15 "PA MS CONC. RIVE REMOVE AND RELOCATE ROCK WALK AND ASSOCIATED EDGE LANDSCAPING INSTALL 178 LF DOUBLE UNE 42 PIPE 0 0.10X SANITARY MANHOLE TOP 7.18 I.E.2.87 \ `574 � 0 ' V 8'OLEANDE DRAINAGE 14 "PALM IMPROVEMENTS FLOWER FOR BED TYBEE ISLAND, CEORCIA SCALE 1' - 10' DATE MY 2009 Hussey, Gay, Be l & DeYouy Conaulang A Bell Co many Engineers ,,q son Dios. aq_cA.24e Frameantex mama= cr.nar.,-.3. --■ I.,,, ”2,1*.au...wro.nnanrrys..-monmneenn,,,,, Alab.alchd.,1[1:- ns-Lmgrrar-rrn-•=,,I _ mu, sumeunes ___ _____ •,,-........ mg. -21-c>9 1 CONTRACT DOCUMENTS RECEIVED 1 i s s ue ci. gi, a- I e• AS iTtIC-44 a, es 1 AND i TECHNICAL SPECIFICATIONS ii 1 1 i II i 1 i i i 1 1 1 I ; II I 0 R. STREET STORM DRAINAGE IMPROVEMENTS I FOR C! TV lc if_44 41-ot A. - 1041 Lir '4.; ink 1,.,1 PA 'rrY. OF T"'rJFE: 1St PREPARED ry 3 November,' 2008 HUSSEY, GAY, BELL & DEVOLINIG, [NC. CONSULTING ENGINEERS SAVANNAH, GEORGIA linommaammaziou"NIMM■•••••■,,••• gnu •••■ _ • ADDENDUM NO. 2 DATED DECEMBER 3, 2008 SECTION 01150 MEASUREMENT AND PAYMENT 1. SCOPE: Under this heading shall be included the methods of measurement and payment for items of work under this Contract. 2. ESTIMATED QUANTITIES: All estimated quantities for unit price items, stipulated in the Bid Proposal, or other Contract Documents, are approximate and are to be used as a basis for estimating the probable cost of the work and for comparing the bids submitted for the Project. The actual amounts of work done and materials furnished under price items may differ from the estimated quantities. The basis of payment for work and materials will be the actual amount of work done and material furnished. The Contractor agrees to make no claim for damages, anticipated profits or otherwise on account of any difference between the amounts of work actually performed and materials actually furnished and the estimated amounts included in the Bid Proposal. The Contractor will not be paid for any work which exceeds 25 percent of the quantity set forth in the Bid Schedule without a change order issued before the work is performed unless specifically ordered in writing by the Engineer. The Contractor will provide assistance to the Engineer to check quantities and elevations when so requested. 3. REMOVE BUSH OR SHRUB: Measurement will be on the actual number of bushes or shrubs removed as shown on the plans or directed in the field. For purposes of this project a bush or shrub will be defined as vegetation less than 10' tall with a trunk diameter less than 10 ". Payment will be at the unit price in the bid proposal and shall include removing the bush or shrub, including root ball, and disposing of it off the site of the project. 4. REMOVE TREE: Measurement will be on the basis of the actual number of trees removed as shown on the plans or directed in the field. For purposes of this project, a tree shall be defined as vegetation greater than 10' tall or with a trunk diameter greater than 10 ". Payment will be at the unit price in the bid proposal and shall include removing the tree, including roots, and disposing of it off the site of the project. 5. CHANNEL EXCAVATION: Measurement will be on the basis of the actual amount of material removed from the marsh at the pipe outfall, as shown on the plans or otherwise directed in the field. The method of measurement will be at the discretion of the Engineer. Payment will be at the unit price in the bid proposal and shall include all labor, material and equipment required to remove the material, stabilize the new banks and dispose of the material off the site of the job. 01150 -1 ADDENDUM NO. 2 DATED DECEMBER 3, 2008 6. GRADING: Grading shall be specific to the contract part indicated on the bid proposal. Payment should be lump sum and should include all labor, materials and equipment necessary to accomplish the following: • Grade roadway shoulders and swales as required to direct runoff to the stormwater inlets • Soils testing • Contract bonds, insurance, etc. • All other items required to complete the project in accordance with the plans which are not covered by other pay items. 7. REMOVAL OF UNSUITABLE SUBGRADE MATERIALS: Measurement of unsuitable material for pipelines will be as determined by sectioning the area before and after the unsuitable material is removed or other means approved by the Engineer. Unsuitable subgrade material will be determined by the Engineer with limits established as to depth and length of the area of unsuitable material. Unsuitable material will not be removed to a depth greater than two feet without written authorization from the Engineer. The total shall not exceed the quantity of unsuitable material in the Bid Schedule by more than 25 percent without a change order. Payment is for providing all labor, materials and equipment necessary to excavate and remove the unsuitable material offsite. For this project, unsuitable material will be limited to excavation below the bottom of the pipe and bedding. Any removal above this level shall be considered to be trenching and will be included in the price bid for the pipe installation. 8. FOREIGN BORROW (REPLACE UNSUITABLE SUBGRADE MATERIAL ONLY): Measurement of borrow material (compacted in place) shall be done by sectioning the area before and after the unsuitable material is removed. Borrow material will be obtained off site by the Contractor at his expense. Foreign borrow material will not be obtained until onsite suitable material from excavations is used. No extra payment will be made for onsite suitable material used to backfill and compact for replacement of unsuitable material. Payment will be at the unit price in the bid proposal and will include all labor, materials and equipment required to transport the material to the site and to place and compact the material. For this project, use of foreign borrow will be limited to replacement of removed unsuitable subgrade material and replace of material removed from the trench which is not suitable for backfilling operations. 9. PIPE: Measurement of pipe will be on the basis of the number of linear feet of pipe of each size and material in place as shown on the Plans or as measured in the field. Payment for furnishing and installing the pipe will be on the basis of the unit price for each size in the Bid proposal and shall include all work required for excavation and backfilling to properly installing the pipe. 01150 -2 ADDENDUM NO. 2 DATED DECEMBER 3, 2008 10. GRATE INLET: Payment for furnishing and installing the inlets shall be on the basis of the unit price in the Bid Proposal. Payment shall include furnishing and installing the concrete and grates shown on the Plans, excavation, dewatering and backfilling. Payment shall also include furnishing and installing a Silt sack protective mesh in each inlet. 11. STORM MANHOLE: Payment for furnishing and installing storm manholes will be based on the unit price in the Bid Schedule and shall include all labor, materials and equipment required for excavation, installation and backfilling for the manhole. 12. CAST -IN -PLACE JUNCTION BOX: Payment should be at the lump sum price in the bid proposal and shall include furnishing all labor, equipment and material required to install the junction box in accordance with the details, including excavation, dewatering and backfilling. 13. CONCRETE HEADWALL, DOUBLE 42" PIPE WITH TIDEFLEX CHECK VALVES: Payment for the structure will be at the lump sum price in the bid proposal and should include all labor, equipment and materials required to construct the concrete headwall and apron in accord with the details in the plans and likewise to install the Tide flex check valves on the pipes at the headwall. 14. INTERFERENCE MANHOLE: Payment will be on the basis of the unit price in the bid proposal and should include all labor, equipment and material required to install the manhole, remove the existing sanitary sewer pipe, temporize the sewer flow during the removal, install the ductile iron sewer through the manhole, and connect the ductile iron to the existing sewer. 15. SANITARY SERVICE TAP, ETC.: Payment for adjusting and reconnecting an existing sanitary sewer service line will be at the unit price in the bid proposal and should include furnishing all labor, equipment and material to: • Temporize or block the existing service line during the adjustment • Provide a new service tap on the existing gravity sewer • Extend a new 4" service line as required to avoid conflict with new storm drain and connect to the existing service line • Remove or plug the existing service line from the main 16. WATER MAIN: Measurement of pipe will be on the basis of the number of linear feet of pipe in place measured along centerline including valves and fittings. Payment for furnishing and installing the pipe shall be on the basis of the unit price for each item in the Bid Proposal and shall include all 01150 -3 ADDENDUM NO. 2 DATED DECEMBER 3, 2008 work required for excavation and backfilling to properly install the pipe and testing. Cost of required fittings should be included in the price bid for pipe. 17. VALVE AND BOX: Payment for furnishing and installing a gate valve and box shall be on the basis of the unit price in the Bid Proposal. Payment shall include furnishing and installing valve, adjusting valve box, excavation and backfilling to install the valve. 18. CONNECT TO EXISTING WATER MAIN WITH FITTING: Payment for connection of a new water main to an existing water main with a sleeve or other fitting shall be at the unit price in the Bid Proposal and shall include all labor, material and equipment necessary to cut the existing main, remove and/or abandon the existing line, and make a watertight connection to the existing main. 19. CONNECT TO EXISTING SYSTEM WITH TAPPING SLEEVE AND TAPPING VALVE: Payment for connecting a new water main to an existing water main with tapping sleeve and tapping valve in box shall be based on the unit price in the Bid Proposal and shall include all labor, material and equipment necessary to make the connection and properly install the components. 20. LOWER WATER MAIN: Payment should be at the unit price in the bid proposal and should include furnishing all labor, materials and equipment required to: • Shut off flow in the existing main • Cut the water main on either side of the work area • Install new, like size water main below the storm drain in accord with the detail in the plans • Clean and disinfect the new line • Connect the new main to the existing 21. REMOVE AND RESET FIRE HYDRANT: Payment will be at the unit price in the bid proposal and should include furnishing all labor, materials and equipment required to shut down the hydrant lead, extend the hydrant lead as required to avoid conflict with the storm drain, and reinstall the existing hydrant at the end of the line. 22. REMOVE AND REPLACE WATER SERVICE LATERAL: Payment shall be at the unit price in the bid proposal and should include furnishing all labor, material and equipment required to shut down the existing service line, cut it as required to avoid conflict with storm drain, install new water service line above completed storm drain, and connect to existing service line. 01150 -4 ADDENDUM NO. 2 DATED DECEMBER 3, 2008 23. WATER SERVICE TAP, SERVICE LINE, METER AND CONNECTION: Payment should be at the unit price in the bid proposal and shall include furnishing all labor, equipment and material required to: • Shut down the existing service line • Make a new connection to the water main, including corporation stop • Extend new water service line to avoid conflict with storm drain • Install new water meter as shown • Connect new service line to existing service line • Remove existing meter and service line 24. WATER SERVICE TAP, SERVICE LINE AND CONNECTION: Payment should be at the unit price in the bid proposal and should include furnishing all labor, equipment and material required to: • Shut down the existing service line • Make a new connection to the water main, including corporation stop • Install new water service line to avoid conflict with storm drain • Connect new service line to existing service line • Remove /cap existing service line 25. REMOVE AND REPLACE FENCE: Measurement will be on the basis of the actual number of linear feet of fence of each size removed and replaced as shown on the plans or as directed in the field. Payment will be at the unit price in the bid proposal and should include furnishing all labor, material and equipment required to remove the existing fence fabric and posts and then to replace them as shown. If the removed material is not suitable for replacement, the contractor shall furnish new materials of same or better quality of no additional cost to the City. 26. REMOVE AND REPLACE CHAINLINK FENCE GATE: Payment shall be at the unit price in the bid proposal and should include furnishing all labor, equipment and material required to remove the existing gate and replace it when the work is complete and the fence is back in place. If the existing gate is unsuitable for replacement, the contractor shall furnish new materials of same or better quality at no additional cost to the City. 27. REMOVE AND RESET WOOD POST: Payment shall be at the unit price in the bid proposal. 28. REMOVE AND RESET SIGN: Payment shall be at the unit price in the bid proposal and should include furnishing all material, labor and equipment required to remove the existing sign, store it during the construction activities, and reinstall it when the work is complete. If the removed sign or post is unsuitable for replacement, the contractor shall furnish new material at no additional cost to the City. 01150 -5 ADDENDUM NO. 2 DATED DECEMBER 3, 2008 29. REMOVE & REPLACE EXISTING ASPHALT PAVING: Measurement of the removal and replacement of existing asphalt paving where shown on the Plans will be based on the actual number of square yards of pavement. Payment shall be based on the unit price per square yard in the Bid Proposal and shall include the removal and off site disposal of the asphalt pavement. 30. REMOVE AND REPLACE CONCRETE DRIVE: Measurement of the removal and replacement of existing concrete driveway will be based on the actual number of tons of leveling and square yards removed and replaced as measured in the field. Payment shall be on the basis of the unit price per square yard in the bid proposal and should include the removal and off -site disposal of the concrete pavement. 31. REMOVE AND REPLACE BRICK DRIVE: Measurement of the removal and replacement of existing brick driveway will be based on the actual number of square yards removed and replaced as measured in the field. Payment will be on the basis of the unit price per square yard in the bid proposal and shall include the removal of the bricks and off -site disposal if required. If new bricks are used in the replacement, they should match the existing to the extent possible. 32. REMOVE AND REPLACE CONCRETE SIDEWALK: Measurement of the removal and replacement of existing concrete sidewalk will be based on the actual number of square yards removed and replaced as measured in the field. Payment will be at the unit price in the Bid Proposal and shall include the removal of the concrete, its off -site disposal, and the replacement walk. 33. TRAFFIC CONTROL: Payment will be at the lump sum price in the bid proposal and shall include furnishing all labor, material and equipment required to control the flow of traffic in or around the work area, as noted in the plans and specifications. This includes development of traffic control and detour plans for review and approval. The amount bid for this item should be specific to the contract part to which it applies. 34. NPDES COMPLIANCE: Payment will be on the basis of the lump sum in the bid proposal and should include all measures required to comply with the requirements of the Georgia General Permit for Construction. This will include preparation of the Stormwater Pollution Prevention Plan, the Notice of Intent and the Notice of Termination, as well as all required testing and reporting. 35. SOIL EROSION AND SEDIMENTATION: Payment for this item is for measures to be taken as indicated on the Plans and Specifications and provided in the Manual for Erosion and Sedimentation Control in Georgia. Payment is for all labor, material and equipment necessary to meet the requirements. 01150 -6 ADDENDUM NO. 2 DATED DECEMBER 3, 2008 36. GRASSING: Measurement of grassing shall be on the basis of the number of square yards furnished and installed where shown on the plans and/or as directed by the Engineer. Payment for furnishing and installing the grassing shall be at the unit price in the Bid Proposal. 37. ADDITIVE ALTERNATE 1: If the inclusion of additive alternate 1 is authorized by the City, measurement will be on the basis of the actual number of tons of leveling and square yards of roadway overlay as measured in the field. Payment will be at the unit prices in the bid schedule and will be full compensation for completing the work in accord with the typical section of the plans. This will include: • Preparation of the existing pavement • Application of tack coat as applicable • Placement of leveling and surface courses as shown and required • Placement of any pavement markings currently on the roadway. 01150 -7 HUSSEY, GAY, BELL & DEYOUNG, INC. CONSULTING ENGINEERS SAVANNAH, GEORGIA November 21, 2008 ADDENDUM NO. 1 TO THE PLANS AND CONTRACT DOCUMENTS FOR 14TH STREET DRAINAGE IMPROVEMENTS FOR THE CITY OF TYBEE ISLAND, GEORGIA All Bidders and other interested parties are hereby notified of the following additions and/or revisions to the Plans and Specifications of the referenced project. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED ON THE BID PROPOSAL *********************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** Minutes of the Pre -Bid Meeting The pre -bid meeting was held at the Tybee Island City Hall on November 18, 2008. Minutes of this meeting, including a list of attendees, are included in this addendum. Contract Documents and Specifications 1. The table of contents was amended to add Section 03301 for the cast -in -place concrete work. 2. The Bid Schedule in the Bid Proposal section has been revised to account for project changes resulting from review comments and issues raised at the pre -bid. Current item numbers 13, 17, 21, 23, 27 in Part 1 and current item numbers 17, 19 and 21 in Part 2 have been added or otherwise modified; other item numbers were changed accordingly. The Bid Proposal is re- issued in its entirety. Also, a new Bid Proposal on colored paper is included in the Addendum for submission of the bid. 3. Items 9, 13, 22 and 38 in Section 01150 were modified. This section is reissued in its entirety. 4. Item 7 in Section 02400 was modified. This section is reissued in its entirety. 5. Section 03301 was added. Plans 1. Sheets 2, 3, 4, 5, 6, 7, 8, 12, 13, 14 and 15 were modified due to review comments or other issues. Sheet 14A was added. The plans are reissued as an entire set; all previous sets should be discarded. -End of Addendum- ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 MINUTES OF PRE -BID MEETING 14TH STREET DRAINAGE IMPROVEMENTS NOVEMBER 18, 2008 A non - mandatory pre -bid meeting for the 14th Street Drainage Improvements project was held on November 18, 2008 at the Tybee Island City Hall. The purpose of the meeting was to further define project requirements and the method of award and to answer any questions prospective bidders may have. A copy of the attendance sign -in sheet is attached to these minutes. Diane Schleicher, Tybee Island City Manager, gave a brief welcome to the attendees, after which there were introductions around the room. Bill Nicholson, HGBD Project Manager, gave a brief overview of the project. He noted that discussions with the City since the initial completion of the plans and specifications had led to several project modifications, as follow: • All steel used in grates, manhole covers and other castings is to be domestic only. The casting manufacturer will be required to certify that the steel used in the casting was produced in the United States. • All the storm drainage pipe in the project is to be HDPE. The original documents allowed concrete or HDPE in all locations. The exception to this is that the initial double pipe run from the outfall to the junction box will be concrete to provide a base on which to install the Tideflex check valves. • The contractor will be required to pour inverts for the drainage structures and form a channel across the bottom. • Water service lines will not be lowered to go beneath the storm drain pipes as indicated on the original documents. Now, the lines will be shut down and cut as the trenching operations reach them. Once the pipe is installed, the service line will be reconnected across the top of the pipe, provided a minimum cover of 12" can be maintained. These changes will be shown as revisions to the plans and specifications which will be included in Addendum No. 1. Mr. Nicholson then discussed the bid evaluation and award process. The bid schedule and plans show the work divided into a Part 1 and a Part 2. There is also an additive alternate 1 for resurfacing 14th Street. The method of evaluation and award is as follows: ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 • Bidders will complete the bid proposal form in its entirety. This will result in separate subtotals for Parts 1 and 2, which will be entered into the appropriate places on the bid proposal form. • The subtotals for 1 and 2 will be added to provide a project subtotal. • There is a line item in the Part 1 schedule for drainage temporizations should only Part 1 of the project be awarded. This line item figure is to be entered in the appropriate location of the summary and subtracted from the combined Part 1 and Part 2 subtotal to give a combined total. • All Part 1 bids will be evaluated to determine the one which is most advantageous for the City. Likewise, the combined Part 1 and Part 2 will be evaluated on the same basis. • If the combined Part 1 and Part 2 total is within the limits of available funds, then the award will be for the entire project. Otherwise, the award will be for Part 1 only. There will not be any consideration given to awarding to the low bidder for Part 1 and Part 2. There will only be one contractor on the project. • The additive alternate will not be considered in the award decision. It will only come into consideration if the City has funds available and the bid is determined to be advantageous to the City. Mr. Nicholson then noted that the original documents did not have details for the outlet headwall or junction box, nor specifications for these cast -in -place structures. These will be included as revised plans and documents in the addendum. Following this, the meeting was opened to questions or comments from those in attendance. The following items were discussed: • The current additive alternate cells for leveling and surface overlay on 14th Street. It was noted that this would be difficult to price, since the amount of leveling cannot be accurately determined from the data on the plans. It was determined that a line item will be added to pay for leveling by the ton, with the surface course remaining by the square yard. This will be reflected in Addendum Number 1. • There was considerable discussion on the water service replacement pay items. As noted above, water services will now be installed above the storm drain wherever possible, so the "lower water service" item will be changed to "remove and replace" water service. For service replacements, new meters will be purchased from the City of Tybee. The size of the existing services is not known, so it was decided to use 1" service lines and meters and adjust to match the existing if a different size. ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 • The availability of laydown area was discussed. There is limited space available in the area of the work. The City will make space available in Memorial Park adjacent to the gymnasium for bulk storage, from which the contractor would move materials for each days work. It will be permissible to unload and store structures in the right -of -way near the point where they will be installed. • Relocation of private utilities was discussed. These will be the responsibility of the utility providers, although the Contractor will be required to coordinate his efforts with the utility company efforts. The City and HGBD are working with the utility companies to get these relocations underway before the project starts, but we are not sure that all will occur by that time. • Concern was voiced that much of the 150 day contract period could be taken up by utility conflict resolution. Mr. Nicholson stated that, so long as the Contractor was making an effort to work and could document the utility delays, the delays would be a basis for a contract extension and would not result in the contract going to Liquidated Damages. • The issue of disposal of excess soil materials was raised. The soil materials will be disposed of off -site by the contractor; the City has no use for the excess materials. We anticipate that much of the material executed will be unsuitable for backfill. The contractor will be required to stockpile any excess suitable material and use it in the trenches before the use of foreign borrow is requested or approved. • Since most pipe will now be HDPE, it was asked whether the manufacturer's recommendation for stone backfill and pipe anchors will be required. Mr. Nicholson stated that, while a contractor could do so if he desired, these measures will not be required. As noted in the documents, the outer pipe wall is to be perforated and filled with water. By doing this, and using granular backfill, pipe stability should be adequate and there should be no floatation. • The existing and proposed storm systems are below the daily tide levels. The contractor will be responsible for eliminating tidal inflows and for all other dewatering issues. With no further discussion, the meeting was adjourned at 2:30 P.M. MEETING: PRE-BID MEETING Re: 14th Street Drainage Improvements for City of Tybee Island Date: November 18, 2008 Time: 2:00 PM Location: Tybee Island City Hall EMAIL, CELL or NAME COMPANY PHONE # FAX # OTHER # a 1 01 C.)) dl j Tisa Aurta 6,4 mr,r,si 9a -4,p-s--- fort fa- Ct s-- ?7,4e 4.44 Divts i C C,Qa 5 2-eek/.--1- e— e-- A-NI ....241_f_cl::e., 712-330_ Ped 0 0 Wa- 3 csit4, 12 ,i. , ic,c.. 4 3 c?Prz- 330-8630 9,2 7, 0 qqa (4 L'i *LS 3/_ 330- 88 27 8,66, 2.9? 9'q g/ 103 - 12/-7‘2, cicv-7._e corti casri-lei 4)„..,,,,e, Lie,,,,..,e-7,,,v4-1A( c. dj€ /-,inc. Cool —Pcg.q 5/.../iqvarr Duis(oNt 11— me.,.... m(3,.,,„„, Z- 7 Inc . .033- qZ 9- la ( ON, ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 TABLE OF CONTENTS PART I - BIDDING REQUIREMENTS Advertisement for Bids Instructions and Information to Bidders Bid Proposal PART II - CONTRACT FORMS Contract Form Payment Bond Performance Bond PART III - SPECIFICATIONS DIVISION 1 - GENERAL REQUIREMENTS General Conditions 01002 Special Conditions 01150 Measurement and Payment DIVISION 2 - SITE WORK 02100 Clearing and Grubbing 02210 Erosion Control 02221 Excavation, Trenching & Backfill for Utility Systems 02400 Storm Drainage System 02480 Grassing 02700 Water Distribution System DIVISION 3 - CONCRETE 03301 Cast -in -Place Concrete for Miscellaneous Structures PAGE NUMBERS 1 Page 4 Pages 6 Pages 2 Pages 3 Pages 3 Pages 62 Pages 01002 -1 thru 01002 -13 01150 -1 thru 01150 -7 02100 -1 02210 -1 thru 02210 -2 02221 -1 thru 02221 -12 02400-1 thru 02400 -5 02480 -1 thru 02480 -2 02700 -1 thru 02700 -9 03301 -1 thru 03301 -11 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 BID PROPOSAL City of Tybee Island P.O. Box 2749 Tybee Island, Georgia 31328 ATTENTION: Ms. Diane Schleicher City Manager PROJECT TITLE: 14TH STREET DRAINAGE IMPROVEMENTS SUBMITTED BY: Gentlemen: Having carefully examined the Plans, Specifications and other Contract Documents relating to 14TH STREET DRAINAGE IMPROVEMENTS dated November, 2008 and Addendum No.(s) , and also having carefully inspected the premises and the conditions affecting the work, the undersigned hereby proposes and agrees to furnish all materials, labor skill, equipment, tools and other things of every kind and description specified, needed or used for the complete execution of all work covered by and in conformity with the aforesaid Plans, Specifications and other Contract Documents prepared by HUSSEY, GAY, BELL & DEYOUNG, INC., Consulting Engineers (hereinafter called the "Engineer ") and all Amendments and Addenda thereto, for the sums hereinafter stated. SCHEDULE OF BID PROPOSAL: Bidder must fill in unit prices in figures, make extensions of each item and total as indicated. For complete information concerning these items, see Plans and Specifications. 1 a a+a as a.a. i.v • L1YAJ.)I 1 %G1, GUI-10 BID SCHEDULE 14TH STREET DRAINAGE IMPROVEMENTS Hussey, Gay, Bell & DeYoung, Inc. Tybee Island, Georgia Savannah, Georgia _ November, 2008 Item Description Estim. Qty. Unit Price Total Price PART 1 1 Remove Bush or Shrub 11 EA 2 Remove Tree 40 EA 3 Remove storm drain pipe, all sizes 1,600 LF 4 Remove existing drainage structure 20 EA 5 Channel Excavation 50 CY 6 Grading, part 1 only, complete, including finish grading of shoulders and swales, construction layout, soils testing, etc. and all other measures required to complete the project as shown on the plans JOB LS 7 Removal of unsuitable subgrade material 350 CY 8 Foreign Borrow (Replace unsuitable subgrade or trench material only after all suitable material is expended) 700 CY 9 18" Storm Drain Pipe 300 LF 10 30" Storm Drain Pipe 290 LF 11 36" Storm Drain Pipe 570 LF 12 42" Storm Drain Pipe 820 LF 13 42" Reinforced Concrete Storm Drain Pipe 380 LF 14 Grate Inlet 20 EA 15 Storm Manhole 5 EA 16 Cast -in -place Junction Box JOB LS 17 Concrete Headwall, Double 42" Pipe with Tideflex Check Valves JOB LS 18 Interference Manhole 2 EA 19 Sanitary service tap, 4" service line and connection to existing service line 10 EA 20 6" Water Main 400 LF 21 2" Water Main 200 LF 22 6" Valve in Box 2 EA 23 2" Valve in Box 2 EA 24 Connect to existing water main with fitting 10 EA 25 Lower water main 2 EA 26 Remove and reset fire hydrant 1 EA 27 Remove and replace water service lateral 10 EA 2 DDENDUM NO. 1 DATED NOVEMBER 21, 2008 Item Description Estim. Qty. Unit Price Total Price 28 Water Service Tap, service line, water meter and connection to existing service line 10 EA EA 29 Water Service tap, service line and connection to existing service line 8 EA EA 30 Remove and replace 4' chain link fence 40 LF LF 31 Remove and replace 6' chain link fence 60 LF EA 32 Remove and replace chain link fence gate 2 EA LS 33 Remove and reset wood post 3 EA 34 Remove and reset sign 15 EA 35 Remove and replace asphalt pavement 800 SY 36 Remove and replace concrete drive 120 SY 37 Remove and replace concrete sidewalk 180 SY 38 Traffic Control (Part 1 only) 750 JOB LS 39 NPDES Compliance (Part 1 only) 15 JOB LS 40 Erosion and Sedimentation Control (Part 1 only) 2 JOB LS 41 Grassing 4,000 SY 42 Miscellaneous Connection and other adjustments required to maintain area drainage if only part 1 is done. JOB LS TOTAL ALL WORK, PART 1 3 PART 2 1 Remove Bush or Shrub 10 EA 2 Remove Tree 45 EA 3 Remove storm drain pipe, all sizes 550 LF 4 Remove existing drainage structure 10 EA 5 Grading, part 2 only, complete, including finish grading of shoulders and swales, construction layout, soils testing, etc. and all other measures required to complete the project as shown on the plans JOB LS 6 Removal of unsuitable subgrade material 250 CY 7 Foreign Borrow (Replace unsuitable subgrade or trench material only after all other suitable material is expended) 600 CY 8 18" Storm Drain Pipe 90 LF 9 30" Storm Drain Pipe 290 LF 10 36" Storm Drain Pipe 560 LF 11 42" Storm Drain Pipe 750 LF 12 Grate Inlet 15 EA 13 Storm Manhole 2 EA 14 Interference Manhole 2 EA 3 ADDENDUM NO. 1 DATED NOVEMBER 21, 20US Item Description Estim. Qty. Unit Price Total Price 15 Sanitary service tap, 4" service line and connection to existing service line 10 EA 16 6" Water Main 50 LF 17 2" Water Main 50 LF 18 6" Valve in Box 1 EA 19 2" Valve in Box 2 EA 20 Connect to existing water main with fitting 2 EA 21 Connect to existing water main with tapping sleeve and tapping valve 1 EA 22 Lower Water Main 4 EA 23 Remove and reset fire hydrant 1 EA 24 Remove and replace water service lateral 8 EA 25 Water service tap, service line, water meter and connection to existing service line 4 EA 26 Water service tap, service line and connection to existing service line 4 EA 27 Remove and replace 4' chain link fence 50 LF 28 Remove and reset sign 5 EA 29 Remove and replace asphalt pavement 280 SY 30 Remove and replace concrete drive 125 SY 31 Remove and replace brick drive 20 SY 32 Remove and replace concrete sidewalk 20 SY 33 Traffic Control (Part 2 only) JOB LS 34 NPDES Compliance (Part 2 only) JOB LS 35 Erosion and Sedimentation Control (Part 2 only) JOB LS 36 Grassing 2,800 SY TOTAL ALL WORK, PART 2 $ SUMMARY TOTAL ALL WORK, PART 1 $ TOTAL ALL WORK, PART 2 $ SUBTOTAL, ALL WORK PARTS 1 AND 2 $ DELETION OF ITEM 42, PART 1 $ TOTAL ALL WORK, PARTS 1 AND 2 $ 4 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 For and in consideration of the sum of $1.00, the receipt of which is hereby acknowledged, the Undersigned agrees that this proposal may not be revoked or withdrawn after the time set for the opening of bids but shall remain open for acceptance for a period of sixty days following such time. In case he be notified in writing by mail, telegraph, or delivery of the acceptance of the Proposal within sixty days after the time set for the opening of bids, the Undersigned agrees to execute within ten days a Contract (Form of Agreement between Contractor and Owner) for the work for the above stated compensation and at the same time to furnish and deliver to the Owner a Performance Bond and Payment Bond in accordance with the instructions bound in the specifications, both in an amount equal to 100 percent of the contract sum. The Undersigned agrees to commence actual physical work on the site with an adequate force and equipment within ten days of a date to be specified in a written order from the Owner and to complete fully all work within 150 consecutive calendar days, or within consecutive calendar days if different than specified. The Undersigned Bidder agrees to pay to the Owner, Liquidated Damages as stated in the Special Conditions for each consecutive calendar day of delay in an amount not to exceed $250.00 per day. Enclosed herewith is a Bid Bond in the amount of Dollars ($ ) being not less than 5 percent of the Base Bid. The Bid Bond must be submitted on a form acceptable to the Owner. The Undersigned agrees that the above stated amount is the proper measure of liquidated damages which the Owner will sustain by the failure of the Undersigned to execute the Contract and to furnish the performance Bond and Payment Bond in case this proposal is accepted and further agrees to the following: 5 ADDITIVE ALTERNATE 1 Unit Price Total Price 1 Overlay 14`h Street from Venetian Way to 2"d Avenue in accordance with typical section shown on the plans. This will include all tack coats and replacement of any existing surface striping. 4000 SY $ $ 2 Asphaltic Concrete Leveling as required to meet typical section shown on plans when surface course is placed 250 TON $ $ TOTAL, ADDITIVE ALTERNATE 1 $ For and in consideration of the sum of $1.00, the receipt of which is hereby acknowledged, the Undersigned agrees that this proposal may not be revoked or withdrawn after the time set for the opening of bids but shall remain open for acceptance for a period of sixty days following such time. In case he be notified in writing by mail, telegraph, or delivery of the acceptance of the Proposal within sixty days after the time set for the opening of bids, the Undersigned agrees to execute within ten days a Contract (Form of Agreement between Contractor and Owner) for the work for the above stated compensation and at the same time to furnish and deliver to the Owner a Performance Bond and Payment Bond in accordance with the instructions bound in the specifications, both in an amount equal to 100 percent of the contract sum. The Undersigned agrees to commence actual physical work on the site with an adequate force and equipment within ten days of a date to be specified in a written order from the Owner and to complete fully all work within 150 consecutive calendar days, or within consecutive calendar days if different than specified. The Undersigned Bidder agrees to pay to the Owner, Liquidated Damages as stated in the Special Conditions for each consecutive calendar day of delay in an amount not to exceed $250.00 per day. Enclosed herewith is a Bid Bond in the amount of Dollars ($ ) being not less than 5 percent of the Base Bid. The Bid Bond must be submitted on a form acceptable to the Owner. The Undersigned agrees that the above stated amount is the proper measure of liquidated damages which the Owner will sustain by the failure of the Undersigned to execute the Contract and to furnish the performance Bond and Payment Bond in case this proposal is accepted and further agrees to the following: 5 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 If this Proposal is accepted within 60 days after the date set for the opening of bids and the Undersigned fails to execute the Contract within 10 days after written notice of such acceptance or if he fails to furnish both a Performance Bond and Payment Bond, the obligation of the Bid Bond will remain in full force and effect and the money payable thereon shall be paid into the funds of the Owner as Liquidated Damages for such failure; otherwise the obligation of the Bid Bond will be null and void. The Bidder submits the following statement of Bidder's qualifications. BIDDER'S QUALIFICATIONS NAME OF BIDDER STREET ADDRESS TELEPHONE NO. FAX NO. WHEN ORGANIZED WHERE INCORPORATED LICENSED TO DO BUSINESS IN THE STATE OF The foregoing statement of qualifications is submitted under oath: Respectfully submitted, Name: Mailing Address: By: Title: The legal name of the Bidder is: (Attach satisfactory evidence of the authority of the officer, or officers, signing on behalf of a corporation.) 6 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 SECTION 01150 MEASUREMENT AND PAYMENT 1. SCOPE: Under this heading shall be included the methods of measurement and payment for items of work under this Contract. 2. ESTIMATED QUANTITIES: All estimated quantities for unit price items, stipulated in the Bid Proposal, or other Contract Documents, are approximate and are to be used as a basis for estimating the probable cost of the work and for comparing the bids submitted for the Project. The actual amounts of work done and materials furnished under price items may differ from the estimated quantities. The basis ofpayment for work and materials will be the actual amount of work done and material furnished. The Contractor agrees to make no claim for damages, anticipated profits or otherwise on account of any difference between the amounts of work actually performed and materials actually furnished and the estimated amounts included in the Bid Proposal. The Contractor will not be paid for any work which exceeds 25 percent of the quantity set forth in the Bid Schedule without a change order issued before the work is performed unless specifically ordered in writing by the Engineer. The Contractor will provide assistance to the Engineer to check quantities and elevations when so requested. 3. REMOVE BUSH OR SHRUB: Measurement will be on the actual number of bushes or shrubs removed as shown on the plans or directed in the field. For purposes of this project a bush or shrub will be defined as vegetation less than 10' tall with a trunk diameter less than 10 ". Payment will be at the unit price in the bid proposal and shall include removing the bush or shrub, including root ball, and disposing of it off the site of the project. 4. REMOVE TREE: Measurement will be on the basis of the actual number of trees removed as shown on the plans or directed in the field. For purposes of this project, a tree shall be defined as vegetation greater than 10' tall or with a trunk diameter greater than 10 ". Payment will be at the unit price in the bid proposal and shall include removing the tree, including roots, and disposing of it off the site of the project. 5. CHANNEL EXCAVATION: Measurement will be on the basis of the actual amount of material removed from the marsh at the pipe outfall, as shown on the plans or otherwise directed in the field. The method of measurement will be at the discretion of the Engineer. Payment will be at the unit price in the bid proposal and shall include all labor, material and equipment required to remove the material, stabilize the new banks and dispose of the material off the site of the job. 01150 -1 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 6. GRADING: Grading shall be specific to the contract part indicated on the bid proposal. Payment should be lump sum and should include all labor, materials and equipment necessary to accomplish the following: • Grade roadway shoulders and swales as required to direct runoff to the stormwater inlets • Soils testing • Contract bonds, insurance, etc. • All other items required to complete the project in accordance with the plans which are not covered by other pay items. 7. REMOVAL OF UNSUITABLE SUBGRADE MATERIALS: Measurement of unsuitable material for pipelines will be as determined by sectioning the area before and after the unsuitable material is removed or other means approved by the Engineer. Unsuitable subgrade material will be determined by the Engineer with limits established as to depth and length of the area of unsuitable material. Unsuitable material will not be removed to a depth greater than two feet without written authorization from the Engineer. The total shall not exceed the quantity of unsuitable material in the Bid Schedule by more than 25 percent without a change order. Payment is for providing all labor, materials and equipment necessary to excavate and remove the unsuitable material offsite. For this project, unsuitable material will be limited to excavation below the bottom of the pipe and bedding. Any removal above this level shall be considered to be trenching and will be included in the price bid for the pipe installation. 8. FOREIGN BORROW (REPLACE UNSUITABLE SUBGRADE MATERIAL ONLY): Measurement of borrow material (compacted in place) shall be done by sectioning the area before and after the unsuitable material is removed. Borrow material will be obtained off site by the Contractor at his expense. Foreign borrow material will not be obtained until onsite suitable material from excavations is used. No extra payment will be made for onsite suitable material used to backfill and compact for replacement of unsuitable material. Payment will be at the unit price in the bid proposal and will include all labor, materials and equipment required to transport the material to the site and to place and compact the material. For this project, use of foreign borrow will be limited to replacement of removed unsuitable subgrade material and replace of material removed from the trench which is not suitable for backfilling operations. 9. PIPE: Measurement of pipe will be on the basis of the number of linear feet of pipe of each size and material in place as shown on the Plans or as measured in the field. Payment for furnishing and installing the pipe will be on the basis of the unit price for each size in the Bid proposal and shall include all work required for excavation and backfilling to properly installing the pipe. 01150 -2 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 10. GRATE INLET: Payment for furnishing and installing the inlets shall be on the basis of the unit price in the Bid Proposal. Payment shall include furnishing and installing the concrete and grates shown on the Plans, excavation, dewatering and backfilling. Payment shall also include furnishing and installing a Silt sack protective mesh in each inlet. 11. STORM MANHOLE: Payment for furnishing and installing storm manholes will be based on the unit price in the Bid Schedule and shall include all labor, materials and equipment required for excavation, installation and backfilling for the manhole. 12. CAST -IN -PLACE JUNCTION BOX: Payment should be at the lump sum price in the bid proposal and shall include furnishing all labor, equipment and material required to install the junction box in accordance with the details, including excavation, dewatering and backfilling. 13. CONCRETE HEADWALL, DOUBLE 42" PIPE WITH TIDEFLEX CHECK VALVES: Payment for the structure will be at the lump sum price in the bid proposal and should include all labor, equipment and materials required to construct the concrete headwall and apron in accord with the details in the plans and likewise to install the Tide flex check valves on the pipes at the headwall. 14. INTERFERENCE MANHOLE: Payment will be on the basis of the unit price in the bid proposal and should include all labor, equipment and material required to install the manhole, remove the existing sanitary sewer pipe, temporize the sewer flow during the removal, install the ductile iron sewer through the manhole, and connect the ductile iron to the existing sewer. 15. SANITARY SERVICE TAP, ETC.: Payment for adjusting and reconnecting an existing sanitary sewer service line will be at the unit price in the bid proposal and should include furnishing all labor, equipment and material to: • Temporize or block the existing service line during the adjustment • Provide a new service tap on the existing gravity sewer • Extend a new 4" service line as required to avoid conflict with new storm drain and connect to the existing service line • Remove or plug the existing service line from the main 16. WATER MAIN: Measurement of pipe will be on the basis of the number of linear feet of pipe in place measured along centerline including valves and fittings. Payment for furnishing and installing the pipe shall be on the basis of the unit price for each item in the Bid Proposal and shall include all 01150 -3 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 work required for excavation and backfilling to properly install the pipe and testing. Cost of required fittings should be included in the price bid for pipe. 17. VALVE AND BOX: Payment for furnishing and installing a gate valve and box shall be on the basis of the unit price in the Bid Proposal. Payment shall include furnishing and installing valve, adjusting valve box, excavation and backfilling to install the valve. 18. CONNECT TO EXISTING WATER MAIN WITH FITTING: Payment for connection of a new water main to an existing water main with a sleeve or other fitting shall be at the unit price in the Bid Proposal and shall include all labor, material and equipment necessary to cut the existing main, remove and/or abandon the existing line, and make a watertight connection to the existing main. 19. CONNECT TO EXISTING SYSTEM WITH TAPPING SLEEVE AND TAPPING VALVE: Payment for connecting a new water main to an existing water main with tapping sleeve and tapping valve in box shall be based on the unit price in the Bid Proposal and shall include all labor, material and equipment necessary to make the connection and properly install the components. 20. LOWER WATER MAIN: Payment should be at the unit price in the bid proposal and should include furnishing all labor, materials and equipment required to: • Shut off flow in the existing main • Cut the water main on either side of the work area • Install new, like size water main below the storm drain in accord with the detail in the plans • Clean and disinfect the new line • Connect the new main to the existing 21. REMOVE AND RESET FIRE HYDRANT: Payment will be at the unit price in the bid proposal and should include furnishing all labor, materials and equipment required to shut down the hydrant lead, extend the hydrant lead as required to avoid conflict with the storm drain, and reinstall the existing hydrant at the end of the line. 22. REMOVE AND REPLACE WATER SERVICE LATERAL: Payment shall be at the unit price in the bid proposal and should include furnishing all labor, material and equipment required to shut down the existing service line, cut it as required to avoid conflict with storm drain, install new water service line above completed storm drain, and connect to existing service line. 01150 -4 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 23. WATER SERVICE TAP, SERVICE LINE, METER AND CONNECTION: Payment should be at the unit price in the bid proposal and shall include furnishing all labor, equipment and material required to: • Shut down the existing service line • Make a new connection to the water main, including corporation stop • Extend new water service line to avoid conflict with storm drain • Install new water meter as shown • Connect new service line to existing service line • Remove existing meter and service line 24. WATER SERVICE TAP, SERVICE LINE AND CONNECTION: Payment should be at the unit price in the bid proposal and should include furnishing all labor, equipment and material required to: • Shut down the existing service line • Make a new connection to the water main, including corporation stop • Install new water service line to avoid conflict with storm drain • Connect new service line to existing service line • Remove /cap existing service line 25. REMOVE AND REPLACE FENCE: Measurement will be on the basis of the actual number of linear feet of fence of each size removed and replaced as shown on the plans or as directed in the field. Payment will be at the unit price in the bid proposal and should include furnishing all labor, material and equipment required to remove the existing fence fabric and posts and then to replace them as shown. If the removed material is not suitable for replacement, the contractor shall furnish new materials of same or better quality of no additional cost to the City. 26. REMOVE AND REPLACE CHAINLINK FENCE GATE: Payment shall be at the unit price in the bid proposal and should include furnishing all labor, equipment and material required to remove the existing gate and replace it when the work is complete and the fence is back in place. If the existing gate is unsuitable for replacement, the contractor shall furnish new materials of same or better quality at no additional cost to the City. 27. REMOVE AND RESET WOOD POST: Payment shall be at the unit price in the bid proposal. 28. REMOVE AND RESET SIGN: Payment shall be at the unit price in the bid proposal and should include furnishing all material, labor and equipment required to remove the existing sign, store it during the construction activities, and reinstall it when the work is complete. If the removed sign or post is unsuitable for replacement, the contractor shall furnish new material at no additional cost to the City. 01150 -5 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 29. REMOVE & REPLACE EXISTING ASPHALT PAVING: Measurement of the removal and replacement of existing asphalt paving where shown on the Plans will be based on the actual number of square yards of pavement. Payment shall be based on the unit price per square yard in the Bid Proposal and shall include the removal and off site disposal of the asphalt pavement. 30. REMOVE AND REPLACE CONCRETE DRIVE: Measurement of the removal and replacement of existing concrete driveway will be based on the actual number of tons of leveling and square yards removed and replaced as measured in the field. Payment shall be on the basis of the unit price per square yard in the bid proposal and should include the removal and off -site disposal of the concrete pavement. 31. REMOVE AND REPLACE BRICK DRIVE: Measurement of the removal and replacement of existing brick driveway will be based on the actual number of square yards removed and replaced as measured in the field. Payment will be on the basis of the unit price per square yard in the bid proposal and shall include the removal of the bricks and off -site disposal if required. If new bricks are used in the replacement, they should match the existing to the extent possible. 32. REMOVE AND REPLACE CONCRETE SIDEWALK: Measurement of the removal and replacement of existing concrete sidewalk will be based on the actual number of square yards removed and replaced as measured in the field. Payment will be at the unit price in the Bid Proposal and shall include the removal of the concrete, its off -site disposal, and the replacement walk. 33. TRAFFIC CONTROL: Payment will be at the lump sum price in the bid proposal and shall include furnishing all labor, material and equipment required to control the flow of traffic in or around the work area, as noted in the plans and specifications. This includes development of traffic control and detour plans for review and approval. The amount bid for this item should be specific to the contract part to which it applies. 34. NPDES COMPLIANCE: Payment will be on the basis of the lump sum in the bid proposal and should include all measures required to comply with the requirements of the Georgia General Permit for Construction. This will include preparation of the Stormwater Pollution Prevention Plan, the Notice of Intent and the Notice of Termination, as well as all required testing and reporting. 35. SOIL EROSION AND SEDIMENTATION: Payment for this item is for measures to be taken as indicated on the Plans and Specifications and provided in the Manual for Erosion and Sedimentation Control in Georgia. Payment is for all labor, material and equipment necessary to meet the requirements. 01150 -6 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 36. GRASSING: Measurement of grassing shall be on the basis of the number of square yards furnished and installed where shown on the plans and/or as directed by the Engineer. Payment for furnishing and installing the grassing shall be at the unit price in the Bid Proposal. 37. MISCELLANEOUS CONNECTION, ETC.: As indicated on the plans and in the documents, the project is divided into two parts, Part 1 and Part 2. The City of Tybee Island will decide, when the bids are received, whether funds are sufficient to do all the improvements as shown on the plan. If only Part 1 is done, there will need to be certain tie -in and temporization measures required to keep the entire system functional when the Part 1 improvements are installed. Payment for this will be at the lump sum price in the bid proposal. 38. ADDITIVE ALTERNATE 1: If the inclusion of additive alternate 1 is authorized by the City, measurement will be on the basis of the actual number of tons of leveling and square yards of roadway overlay as measured in the field. Payment will be at the unit prices in the bid schedule and will be full compensation for completing the work in accord with the typical section of the plans. This will include: • Preparation of the existing pavement • Application of tack coat as applicable • Placement of leveling and surface courses as shown and required • Placement of any pavement markings currently on the roadway. 01150 -7 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 SECTION 02400 STORM DRAINAGE SYSTEM 1. SCOPE: Under this heading shall be included all operations in connection with the installation of the storm drainage system. 2. EXCAVATION AND BACKFILL: Excavation and backfilling shall be as specified in Section 02221, Excavation, Trenching and Backf lling for Utility Systems. 3. DELIVERY, STORAGE, AND HANDLING OF MATERIALS: a) Delivery and Storage. Materials delivered to site shall be inspected for damage, unloaded, and stored with the minimum of handling. Do not store materials directly on the ground. Inside of pipes and fittings shall be kept free of dirt and debris. b) Handling. Materials shall be handled in such a manner as to insure delivery to the trench in sound undamaged condition. Pipe shall be carried to the trench, not dragged. Gasket materials and plastic materials that are not to be installed immediately shall not be stored in the direct sunlight. 4. PIPE FOR CULVERTS AND STORM DRAINS: Pipe for culverts and storm drains shall be as indicated and shall conform to requirements for the following types. a) Concrete Pipe. Pipe shall be reinforced concrete pipe conforming to ASTM C76, Class III. 1) Joints. Joints shall be made by use of a continuous rubber gasket conforming to the requirements of ASTM C443. Type II or III rubber gaskets shall be used on the pipe. Joints which do not fit tightly and uniformly shall be grouted after that segment of the line has been installed. All joints shall be wrapped with a two foot wide strip of filter fabric lapped two feet. 02400 -1 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 The assembly of the gasketed joint shall be performed as recommended by the pipe manufacturer. The elastomeric gaskets may be supplied separately in cartons or prepositioned in the bell joint or coupling at the factory. In all cases, clean the gasket, the bell or coupling interior, especially the groove spigot area to remove any dirt or foreign material before assembling. Inspect the gasket, pipe spigot bevel, gasket groove, and seating surfaces for damage or deformation. When gaskets are separate, use only gaskets which are designed for and supplied with the pipe. Insert them as recommended by the manufacturer. Lubricant should be applied as specified by the pipe manufacturer. Align the spigot to the bell and insert the spigot into the bell until it contacts the gasket uniformly. b) Corrugated Polyethylene Pipe. Shall be high density polyethylene corrugated pipe with an integrally formed smooth interior. Corrugations shall be annular. Pipe shall be made of polyethylene compounds which conform to the requirements of Cell class 335420C (min.) as defined and described in ASTM D -3350, except that carbon black shall not exceed 5 %. Requirements for test methods, dimensions, and markings are those found in AASHTO Designations M -252 and M -294. Minimum parallel plate pipe stiffness values shall be as follows: Diameter Pipe Stiffness* 15" 42 psi 18" 40 psi 24" 34 psi 30" 28 psi 36" 22 psi 42" 19 psi 48" 17 psi 60" 14 psi *Per ASTM Test Method D -2412 Joints shall be integral bell and spigot with a gasket on the spigot end. Gasket material shall meet ASTM F -477. Installation shall be in accordance with ASTM Recommended Practice D -2321 or as specified by the Project Engineer or Local approving agency. A manufacturer's certification that the product was manufactured, tested, and supplied in accordance with this specification shall be furnished to the Project Engineer upon request. 02400 -2 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 5. DRAINAGE STRUCTURES: Drainage structures shall be of the following types, constructed of the materials specified for each type and in accordance with the indicated details. a) Manholes and Inlets. Construction shall be of reinforced concrete, plain concrete, brick, precast reinforced concrete or precast concrete segmental blocks, complete with frames and covers or gratings. Precast concrete manholes and inlets shall be designed for the required depth and to sustain the required wheel loads and/or surface pressures. When manholes and inlets are to be constructed of prefabricated materials, shop drawings shall be submitted for approval before ordering the material. b) Connection to Existing Inlets and/or Manholes. Pipe connections to existing inlets and/or manholes shall be in such a manner that the finished work will conform as nearly as practicable to the applicable requirements specified for new inlets and/or manholes, including all necessary concrete work, cutting and shaping. 6. MATERIALS FOR DRAINAGE STRUCTURES: a) Mortar. Mortar for connections to other drainage structures, and brick or block construction shall conform to ASTM C270, Type M, except the maximum placement time shall be one half hour. Hydrated lime may be added to the mixture of sand and cement in a quantity equal to 25 percent of the volume of cement used. Hydrated lime shall conform to F.S. SS -L- 351, Type M, or ASTM C141, Type A. The quantity of water in the mixture shall be sufficient to produce a stiff workable mortar but in no case shall exceed 5 gallons of water per sack of cement. Water shall be clean and free of harmful acids, alkalies, and organic impurities. The mortar shall be used within 30 minutes after the ingredients are mixed with water. b) Precast Reinforced Concrete Manholes. Manholes shall conform to ASTM C478 or AASHTO M199. Joints between precast concrete risers and tops shall be full- bedded in cement mortar and shall be smoothed to a uniform surface on both exterior and interior of the structure or joints may be made with flexible rubber -type gaskets. c) Precast Concrete Segmental Blocks. Blocks shall conform to ASTM C139, not more than 8 inches thick, not less than 8 inches long, and of such shape that joints can be sealed effectively and bonded with cement mortar. 02400 -3 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 d) Bricks. Bricks shall conform to ASTM C62, Grade SW; ASTM C55, Grade S -I or S -II; or ASTM C32, Grade MS. Mortar for jointing and plastering shall consist of one part Portland cement and two parts fine sand. Lime may be added to the mortar in a quantity not more than 25 percent of the volume of cement. The joints shall be filled completely and shall be smooth and free from surplus mortar on the inside of the structure. Brick structures shall be plastered with 3/4 inch of mortar over the entire outside surface of the walls. For square or rectangular structures, brick shall be laid in stretcher courses with a header course every sixth course. For round structures, brick shall be laid radially with every sixth course a stretcher course. e) Frame and Cover or Gratings. Fabrication shall be from one or more of the material options presented in F.S. RR -F -621, except the malleable cast iron option shall conform to ASTM A220, Grade 40010. Weight, shape, size and waterway openings for grates and curb inlets shall be as indicated on the plans. Frames and covers for curb inlets and for areas not subject to vehicular traffic or storage may be malleable iron if so indicated. Malleable iron frames and covers shall conform to ASTM A220 and shall be of the weight, shape and size indicated. All metal used in grate inlets and manhole castings is to be American made using domestic materials. The manufacturer will be required to certify this prior to product acceptance. 7. BEDDING: See Section 02221 "Excavation, Trenching and Backfill for Utility Systems," for additional requirements. 8. PLACING PIPE: Each pipe shall be carefully examined before being laid, and defective or damaged pipe shall not be used. Pipe lines shall be laid to the grades and alignment indicated. Proper facilities shall be provided for lowering sections of pipe into trenches. Under no circumstances shall pipe be laid in water, and no pipe shall be laid when trench conditions or weather are unsuitable for such work. Pipe shall be moved horizontally into place by use of a winch or other suitable means. A backhoe bucket or other means which could damage the pipe shall not be used. Diversion of drainage or dewatering of trenches during construction shall be provided as necessary. All pipe in place shall be inspected before backfilling, and those damaged during placement shall be removed and replaced at no additional cost to the Owner. No additional compensation will be given to the Contractor for the required diversion of drainage and/or de- watering of trenches. 9. BACKFILLING: Backfilling shall be done in accordance with Section 02221, "Excavation, Trenching and Backfill for Utility Systems." 10. STONE RIPRAP: a) Materials. The stone used for stone slope protection shall be sound, rough, dense and resistant to the action of air and water and satisfactory to the Engineer. The stone shall have a 02400 -4 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 density of not less than 150 pounds per cubic foot. Neither the breadth nor the thickness of any piece of stone shall be less than one -third of its length. The stone will be subject to inspection on delivery and if found to be improper gradation or quality, it will be rejected. The stone shall consist of quarry run sizes, graded as specified below: STONE SLOPE PROTECTION SIZE OF PERCENT OF TOTAL WEIGHT STONE SMALLER THAN THE GIVEN SIZE Class I 100 lb. 100 601b. 80 25 lb 50 2 lb. Not to Exceed 10 b) Placement. The slope protection shall be placed in such a manner as to produce a reasonable well - graded mass of material with the minimum practicable percentage of voids, and shall be constructed within the limits and to the lines, grades, and sections shown on the Plans. Filter fabric (Mirafi 700X or approved equal) shall be placed and toed -in before placing riprap. Materials shall be placed in horizontal layers starting on the lower edge of the section and worked up the slope. Dumping down the slope will not be permitted. Materials shall not be dropped from a height greater than 3 feet. Any damage to the slope due to the fault of the Contractor shall be repaired at no expense to the Owner. 11. SHOP DRAWINGS: Shop drawings shall be submitted on each manufactured item supplied under this Section along with other information as specified. 12. MEASUREMENT AND PAYMENT: Measurement and payment for work under this Section shall be in accordance with Section 01150. 02400 -5 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 SECTION 03301 CAST -IN -PLACE CONCRETE FOR MISCELLANEOUS STRUCTURES 1. SCOPE: Under this heading shall be included the furnishing of all labor, materials, equipment, tools and energy necessary to accomplish the cast -in -place concrete work to be constructed under this Contract, as shown on the Contract Plans and hereinafter specified. 2. APPLICABLE STANDARDS: Where any material or operation is specified by reference to the following published specifications or standards or the specifications or standards of any other organizations, the latest edition of the referenced specification or standard shall be as much a part of this Section as if quoted in full herein. a) American Concrete Institute (ACI). 214 Recommended Practice for Evaluation of Strength Test Results of Concrete 302 Recommended Practice for Concrete Floor and Slab Construction 304 Recommended Practice for Measuring, Mixing, Transporting, and Placing Concrete 309 Recommended Practice for Consolidation of Concrete 315 Manual for Standard Practice for Detailing Reinforced Concrete Structures 318 Building Code Requirements for Reinforced Concrete b) American Society for Testing & Materials (ASTM). A185 Standard Specification for Welded Steel Wire Fabric for Concrete Reinforcement 03301 -1 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 A615 Standard Specification for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement (including S1) C31 Standard Method of Making and Curing Concrete Test Specimens in the Field C33 Standard Specifications for Concrete Aggregates C39 Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens C42 Standard Method of Obtaining and Testing Drilled Cores and Sawed Beams of Concrete C94 Standard Specification for Ready -Mixed Concrete C143 Standard Test Method for Slump of Portland Cement Concrete C150 Standard Specification for Portland Cement C171 Standard Specification for Sheet Materials for Curing Concrete C172 Standard Method of Sampling Freshly Mixed Concrete C192 Standard Method of Making and Curing Concrete Test Specimens in the Laboratory C309 Standard Specification for Liquid Membrane - Forming Compounds for Curing Concrete C595 Standard Specifications for Blended Hydraulic Cements c) American Welding Society (AWS). D1.4 Structural Welding Code - Reinforcing Steel 3. SUBMITTALS: Submittals shall be made to the Engineer as required under the following referenced paragraphs in accordance with the General and Special Conditions: Quality Assurance; and Batching, Mixing and Transporting Concrete. 03301 -2 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 Before starting construction operation submit shop drawings showing reinforcement placement plans and details including sizes, bends, grades of steels and splices. Also include manufacturers data sheets or shop drawings for all accessories and miscellaneous materials to be used in the work. Conform to ACI 315 for detailing of reinforcement. 4. TEST REPORTS AND CERTIFICATES: Certified copies of test reports and certificates or other satisfactory evidence where so specified shall be furnished in conformance with the General and Special Conditions before delivering certified or tested materials to the project site. 5. GENERAL: All concrete shall be normal weight concrete and shall be mixed to produce a material which will have a compressive strength of at least 4,000 psi when tested at 28 days. Concrete work shall conform to the requirements of ACI 301 and 318 as applicable unless otherwise noted on the Contract Plans or specified herein. Contractor shall be thoroughly familiar with all the requirements of publications referenced to herein for quality control and production of concrete. Measurement units, as used in this Specification, are as follows: Gallons - shall mean U.S. gallons; Bag - shall mean a 94 -pound bag of cement. 6. MATERIALS: a) Fine Aggregate. Fine aggregate shall be washed, natural sand and consist of hard, strong, durable, well graded and uncoated particles conforming to ASTM C33. b) Coarse Aggregate. Coarse aggregate shall be washed gravel or washed crushed stone consisting of hard, strong, durable, and uncoated particles; and shall not exceed limits for deleterious substances as specified in ASTM C33. Coarse aggregate gradation shall comply with the size number for the use indicated as follows: Size No. Nominal Size* Use 57 1" to No. 4 For thick concrete sections including footings, foundations, pile caps, piers, grade beams, pads and slabs (> 8 inches thick) 03301 -3 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 Size No. Nominal Size* Use 67 3/4" to No. 4 Concrete fill, thrust blocks, stairs, steps, sidewalks, curbs, floors, walls, beams, columns, pads and slabs (> 4 inches and < 8 inches thick) 8 3/8" to No. B Thin sections where structural element or reinforcing is confined (> inches and < 4 inches thick) *Nominal maximum size shall not exceed values specified in Chapter 3 of ACI 318. c) Cement. Cement shall comply with ASTM C150, Type 1, except as follows: Cement used in concrete to be exposed to salt water, or brackish water shall comply with ASTM C595, Type IP. Pozzolan shall not exceed 20 percent of the cement weight. Tricalcium aluminate (C3A) content of the cement shall be less than 8 percent when structures are in direct contact with sewage, effluent or subjected to moderate sulfate attack. Use only one brand, from one mill of each type of cement selected for use. d) Water. Water shall be potable and free of substances that may be deleterious to concrete or steel. e) Reinforcement. Concrete reinforcement shall conform to ASTM A185 for welded steel wire fabric and ASTM A615, Grade 60 for deformed bars. Only new materials shall be used and shall be free of loose rust, oil, grease, mill scale, paint and other deleterious materials. If welding of reinforcement is shown on the Contract Plans, conform to AWS D1.4, otherwise welding of reinforcing is not allowed. Reinforcement shall be placed in accordance with the Contract Plans and as specified in ACI 301 and 318 and as recommended in ACI 315. Concrete protection for deformed reinforcement shall be 2 inches with the following exceptions: 3 inches when deposited against earth, and 3/4 inches for walls and slabs not exposed to earth or weather unless otherwise indicated. Welded wire fabric shall be placed in upper 1/3 of slab unless otherwise indicated. 03301 -4 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 f) Formwork. Formwork shall conform to the requirements ofACI 301 and 318 as applicable unless otherwise specified herein. Design and safety of forms and formwork shall be the responsibility of the Contractor. Forms shall be of metal, plywood or of tongue- and - groove lumber, and shall be of the grade and type which will provide the concrete finish required. Forms constructed of tongue -and groove lumber shall be lined when used to form exposed -to -view surfaces. Form lining, where used, shall be tempered fiber board not thinner than 1/8 inch. Form oil shall be non - staining mineral oil. Form ties shall be of the cone nut threaded rod or standard snap -tie type, and designed so that when removed, no metal will be left closer than 1 inch from the finished concrete surface. Form ties shall have a working strength of not less than 3,000 pounds when fully assembled. g) Grout. Grout for pointing -up voids and cavities left by removal of form ties shall be with a dry pack consistency sand - cement mortar. Mortar shall consist of one part Portland cement to two parts clean sand having a fineness modulus between 2.8 and 3.2. Minimum compressive strength: 4,500 psi at 28 days. Thoroughly mix grout with approximately 2 -1/2 gallons of water per sack of cement. On exposed surfaces, above grade, replace part of cement with while Portland cement for color matching. h) Curing Materials. The following material is acceptable for curing concrete as specified in this section: 1) Liquid Membrane - Forming compound shall comply with ASTM C309. Use Type 1 -D, translucent with fugitive dye; except Type 2, white pigmented, shall be used on surfaces exposed to direct rays of sun. Do not use on surfaces to receive floor hardener. 2) Sheet material shall comply with ASTM C171. Use white reflective type materials on surfaces exposed to direct ray of sun. 3) Non- staining burlap, cotton mats or moisture retaining fabrics, except white materials shall be used on surfaces exposed to direct ray of sun. Material shall be sufficiently thick to retain moisture between wetting applications. 7. QUALITY ASSURANCE: a) Concrete Strength Tests. The Contractor shall retain a qualified testing laboratory for field inspection and strength testing of concrete. For test purposes, one set of test specimens shall be taken for each 50 cubic yards or fraction thereof of concrete placed. Each set for each type of concrete, mix and 03301 -5 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 strength test, shall consist of four test specimens, and shall be made from a separate batch. Samples shall be secured in conformance with ASTM C172. Test specimens shall be made, protected , cured and packed for shipment in accordance with ASTM C31. Specimens shall be cured under laboratory conditions in conformance with ASTM C192; or when directed, under field conditions similar to the placed concrete. Cylinders will be tested in accordance with ASTM C39. Each test result shall be the average of the strengths of the test specimens of a set except that if one specimen in a set shows evidence, other than low strength, of improper sampling, molding, handling, or curing, the remaining specimens shall be considered the test result. Test specimens will be evaluated for meeting strength level requirements specified in conformance with Chapter "Concrete Quality" of ACI 318, except as otherwise specified herein. Two cylinders in each set shall be tested at 7 days and the remaining cylinders tested at 28 days. When cured specimens fail to conform to the requirements for strength, a change in the cement and aggregate, proportions, water content and admixtures, for the remaining portions of the work shall be performed at no additional cost to the Owner. If the average test strength of the specimens falls below the required average compressive strength, the Engineer may require that 3 core samples, in accordance with ASTM C42, be taken and tested for each separate pour area. In addition, the Engineer may require a change in the placement and curing procedure without additional cost to the Owner. b) Tests of Hardened Concrete in or Removed From the Structure. When the results of the strength tests of the control specimens indicate the concrete as placed does not meet Specification requirements or where there is other evidence that the quality of the concrete is below specification requirements, the following shall apply. Cores drilled from concrete shall be made and tested in conformance with ASTM C42. Paragraph 4.7.4.4 of ACI 318 -83 shall not apply as a method for acceptance of the area in question for structural adequacy. All core and beam test strength values shall be at or above the specified compressive strength for the class of concrete furnished. If the results of core tests indicate that the concrete as placed conforms to the Contract Plans and Specifications, the cost of such tests will be borne by the Owner. If the results of tests indicate that the concrete as placed does not conform to the Contract Plans and Specifications, the cost of such tests shall be borne by the Contractor, and the defective work shall be removed and replaced at no additional cost to the Owner. c) Slump Test. Test each batch as delivered in conformance with ASTM C143. Under no circumstances is water to be added to batch after slump test. 03301 -6 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 8. CONCRETE DESIGN AND USE: a) Strength. Concrete shall be composed of cement, fine aggregate, coarse aggregate, and water. Concrete compressive strength is specified below for each class of concrete listed. The required average compressive strengths, for the purpose of selection of concrete proportions, shall be not less than values listed in table below then concrete production facility do not have sufficient field strength test records as required by ACI 318. The specified compressive strength and the required average compressive strength are based on 28 -day tests. Specified Required Average Compressive Compressive Class Strength, fc Strength, fcr* B 4,000 psi 5,200 psi *The required average compressive strength values listed in table above may be reduced when sufficient field strength test records are available and used to establish a standard deviation for calculations as required in Chapter "Concrete Quality" in ACI 318 and recommended in ACI 214. b) Water- Cement Ratio. Maximum water - cement ratio, by weight, for the type of structure or class of concrete shall not exceed the following: 1) Structures of Class B (4,000 psi) concrete which are exposed to salt water, or brackish water; 0.45 (5.1 gal./bag U.S.). 2) Maximum water - cement ratio, for concrete when strength data from field experience or trial mixtures are not available, shall not exceed values listed above nor values listed in Table 4.4 of ACI 31883. c) Workability and Slump. 1) Proportions of the concrete shall produce a mixture, suited to placement methods, which will work readily into corners and angles of forms and around reinforcement and embedded items. Segregation of materials or free water will not be permitted. 2) Base Slump of Concrete: 2 to 5 inches. 03301 -7 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 9. BATCHING, MIXING AND TRANSPORTING CONCRETE: a) General. Use transit -mixed concrete from an established plant. Ready -mixed concrete shall be measured, batched, mixed and transported to the project site in accordance with ASTM C94 (Alternative No. 2) and ACI 301, except as otherwise specified or noted on the Contract Plans. Contractor shall be familiar with the recommended practices of ACI 304. Ready -mixed concrete shall not be accepted at the job site without a Batch Ticket. Information on Batch Ticket shall be legible and complete. Contractor shall record weather and temperature at the time of delivery on each Batch Ticket and furnish a copy to the Engineer for record purposes. b) Truck Mixers. Truck -mixed concrete shall comply with the requirements specified in ASTM C94. Water shall not be added to mix after final slump test prior to placement of concrete. Concrete that does not meet the requirements of the Specifications, at the time of concrete placement will be rejected. 10. JOINTS: a) Construction Joints. The plan of operation shall be that which is required to prevent construction joints; where concrete shall be placed continuously, within limits specified, so that each unit will be monolithic in construction. Construction joints shall be installed where shown or specified. Construction joints shall be placed at locations so concrete pours do not exceed 50 feet in any horizontal direction and at locations which least impair the strength and appearance of the structure. Locations where construction joints may be placed are specified in ACI 301. Fresh concrete may be placed against adjoining units provided the set concrete is sufficiently hard not to be injured thereby. Provide keyway 1 -1/2 inches deep covering approximately 1/3 area of construction joint as shown. b) Expansion and Control Joints. Expansion and control joints shall be required to prevent cracking of large concrete poured units. Approximate location and details are shown on the Contract Plans. Control joints shall be made by installation of a joint former or by timely saw cutting (within 4 to 8 hours) to prevent premature cracking. Depth of saw cut shall be at least equal to one -fourth of the member thickness of concrete being cut. Preformed joint formers shall be sufficiently rigid for proper placement. Control joints shall not be placed in watertight structures. 03301 -8 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 Joints shall be straight and properly aligned vertically or horizontally unless otherwise shown. Joint material shall be secured to prevent movement during pouring operation. c) Joint Integrity. No reinforcement, conduit, or other fixed metal item shall be run continuous through joints containing expansion joint filler. d) Finish at Joints. Edges of exposed concrete joints along expansion and construction joints shall be neatly finished with a slightly rounded edging tool or by use of a form strip. Expansion joints shall be sealed immediately after curing operations. e) Chamfering. External corners of columns, girders, beams, slabs, foundation walls and piers shall have 3/4 inch chamfer unless otherwise indicated on Contract Documents. 11. PREPARATION FOR PLACING: Any flow of water shall be diverted through proper side drains and shall be removed without washing over freshly deposited concrete. Hardened concrete, debris, and foreign materials shall be removed from interior of forms and from inner surfaces of mixing and conveying equipment. Reinforcement shall be cleaned and secured in position before placing concrete. Runways shall be provided for wheeled concrete handling equipment; such equipment shall not be wheeled over reinforcement nor shall runways be supported on reinforcement. 12. PLACING CONCRETE: a) General. Concrete shall be placed when ambient air temperature is between 40 degrees F. and 90 degrees F. Concrete shall be handled from mixer to transport vehicle to place of final deposit in a continuous manner, as rapidly as practicable, and without segregation or loss of ingredient until the approved unit of operation is completed. Placement of concrete slab -on -grade shall be arranged so concrete is placed a long continuous strips between joints and /or end of slab. Adjacent slab -on -grade strips maybe placed 12 hours after pouring. During period of time from acceptance of concrete batch delivered to the site and until concrete is ready for curing operation, no additional water, cement or aggregate shall be added, or applied to the mix nor to the placed concrete surface. 03301 -9 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 b) Time Interval Between Mixing & Placing. Concrete that is transported in truck mixers shall be delivered to the site of the work and discharge completed in the forms within the time specified under "Mixing and Delivery." in ASTM C94; except that when the concrete temperature exceeds 75 degrees F., the time shall be reduced to 45 minutes. 13. COMPACTION: Contractor shall be familiar with the methods and equipment for consolidation of concrete in accordance with ACI 309. Immediately after placing, each layer of concrete shall be compacted by internal concrete vibrators. Each lift shall be keyed into the lower lift by allowing the vibrator to penetrate into the lower lift. Vibrators shall not be used to transport concrete inside forms. Internal vibrators submerged in concrete shall maintain a speed of not less than 7,000 vibrations per minute (Hz). The vibrating equipment shall at all times be adequate in number of units and power to properly consolidate all concrete. Spare units shall be on hand as necessary to insure such adequacy. Vibrators shall be applied at uniformly spaced points no farther apart than the visible effectiveness of the machine. 14. PATCHING AND FINISHING OF CONCRETE: Concrete patching and finishing shall be in accordance with ACI 301 and ACI 302 and as indicated on Contract plans. 15. CURING: a) General. Concrete shall be protected against moisture loss, rapid temperature change, mechanical injury, and injury from rain or flowing water, for a period of 7 days unless otherwise specified. Materials and equipment required for curing operation shall be present at the site and be operational prior to commencement of the pouring operation. Curing activities shall be started as soon as free water has disappeared from the surface of the concrete after placing and finishing. Curing shall comply with any of the following methods or combinations thereof as approved: 1. Moist Curing. Moist curing shall consist of continuous or frequent applications of potable water through ponding, or by use of protective water saturated nonstaining burlap, cotton mats or moisture retaining fabrics. 2. Impervious -Sheet Curing, All surfaces shall be thoroughly wetted with a fine spray of water and be completely covered with water -proof paper, polyethylene sheeting, or with polyethylene- coated burlap having the burlap thoroughly water- saturated before placing. Covering shall be laid with light colored side up. Covering shall be lapped not less than 12 inches and securely weighted down or 03301 -10 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 shall be lapped not less than 4 inches and taped to form a continuous cover with completely closed joints. Sheets shall be weighted down to prevent displacement or billowing from winds. Coverings shall be folded down over exposed edges of slabs and secured by approved means. Sheets shall be immediately repaired or replaced if tears or holes appear during the curing period. 3. Membrane Forming- Compound Curing. The compound shall be applied on damp surfaces as soon as the moisture film has disappeared; and shall be applied by power spraying equipment using a spray nozzle equipped with a wind guard. The compound shall be applied in a 2 coat continuous operation at a coverage of not more than 400 square feet per gallon for each coat or at the manufacturer's recommended coverage, whichever is less. When application is made by hand sprayers, the second coat shall be applied in a direction approximately at right angles to the direction of the first coat. The compound shall form a uniform, continuous, adherent, film that shall not crack, check or peel, and shall be free from pinholes or other imperfections. Surface subjected to heavy rainfall within 3 hours after compound has been applied, or surfaces damaged by subsequent construction operations within the curing period shall be resprayed at the rate specified above. The membrane - forming compound shall not be used on surfaces that are to receive any subsequent treatment or floor hardener that depends on adhesion or bonding to the concrete. Surfaces coated with curing compound shall be kept free of foot and vehicular traffic and from other surfaces of abrasion and contamination during the curing period. 16. DAMAGE TO THE WORK: The requirements of these Specifications are to be considered the minimum with respect to strength, crack control, placement, finishing and curing. The Contractor shall extend the requirements of these Specifications as necessary to provide best quality concrete work free of defects. Defective work, including low strength, cracked concrete, surface irregularities, exceeding of tolerances, or any other defects which are caused by the Contractor's operations or construction methods shall be removed and replaced at no additional cost to the Owner. 17. CLEANING: Upon completion of work, all forms, equipment, protective covering and rubbish resulting there from shall be removed from the premises. Finished concrete surfaces shall be left in a condition satisfactory to the Engineer. 03301 -11 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 Joints shall be straight and properly aligned vertically or horizontally unless otherwise shown. Joint material shall be secured to prevent movement during pouring operation. c) Joint Integrity. No reinforcement, conduit, or other fixed metal item shall be run continuous through joints containing expansion joint filler. d) Finish at Joints. Edges of exposed concrete joints along expansion and construction joints shall be neatly finished with a slightly rounded edging tool or by use of a form strip. Expansion joints shall be sealed immediately after curing operations. e) Chamfering. External comers of columns, girders, beams, slabs, foundation walls and piers shall have 3/4 inch chamfer unless otherwise indicated on Contract Documents. 11. PREPARATION FOR PLACING: Any flow of water shall be diverted through proper side drains and shall be removed without washing over freshly deposited concrete. Hardened concrete, debris, and foreign materials shall be removed from interior of forms and from inner surfaces of mixing and conveying equipment. Reinforcement shall be cleaned and secured in position before placing concrete. Runways shall be provided for wheeled concrete handling equipment; such equipment shall not be wheeled over reinforcement nor shall runways be supported on reinforcement. 12. PLACING CONCRETE: a) General. Concrete shall be placed when ambient air temperature is between 40 degrees F. and 90 degrees F. Concrete shall be handled from mixer to transport vehicle to place of final deposit in a continuous manner, as rapidly as practicable, and without segregation or loss of ingredient until the approved unit of operation is completed. Placement of concrete slab -on -grade shall be arranged so concrete is placed a long continuous strips between joints and /or end of slab. Adjacent slab -on -grade strips maybe placed 12 hours after pouring. During period of time from acceptance of concrete batch delivered to the site and until concrete is ready for curing operation, no additional water, cement or aggregate shall be added, or applied to the mix nor to the placed concrete surface. 03301 -9 CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS FOR 14TH STREET STORM DRAINAGE IMPROVEMENTS FOR CITY OF TYBEE ISLAND, GEORGIA PREPARED BY A Bell Company November, 2008 HUSSEY, GAY, BELL & DEYOUNG, INC. CONSULTING ENGINEERS SAVANNAH, GEORGIA TABLE OF CONTENTS PART I - BIDDING REQUIREMENTS Advertisement for Bids Instructions and Information to Bidders Bid Proposal PART II - CONTRACT FORMS Contract Form Payment Bond Performance Bond PART III - SPECIFICATIONS DIVISION 1 - GENERAL REQUIREMENTS General Conditions 01002 Special Conditions 01150 Measurement and Payment DIVISION 2 - SITE WORK 02100 Clearing and Grubbing 02210 Erosion Control 02221 Excavation, Trenching & Backfill for Utility Systems 02400 Storm Drainage System 02480 Grassing 02700 Water Distribution System PAGE NUMBERS 1 Page 4 Pages 6 Pages 2 Pages 3 Pages 3 Pages 62 Pages 01002 -1 thru 01002 -13 01150 -1 thru 01150 -7 02100 -1 02210 -1 thru 02210 -2 02221 -1 thru 02221 -12 02400 -1 thru 02400 -5 02480 -1 thru 02480 -2 02700 -1 thru 02700 -9 NOTICE TO CONTRACTORS AND INVITATION /ADVERTISEMENT FOR BIDS Sealed bids will be received for 14th STREET DRAINAGE IMPROVEMENTS in the Tybee Island City Hall, until 10:00 A.M. (Local Time), December 9, 2008, at which time they will be publicly opened and read. The work under this Contract will consist generally of the following: Installation of approximately 4,000 linear feet of storm drainage pipe with associated drainage structures, utility adjustment and clearing. The Plans and Specifications are available for inspection at the office of Hussey, Gay, Bell & DeYoung, Inc., Consulting Engineers, 329 Commercial Drive, Savannah, Georgia. One (1) set of Plans, Specifications and other Contract Documents may be obtained by application, accompanied by a check or money order in the amount of $75.00 payable to Hussey, Gay, Bell & DeYoung, Inc., P.O. Box 14247, Savannah, Georgia 31416 (329 Commercial Drive, 31406). No refund will be made for returned documents. All questions concerning the plans, Specifications and other Contract Documents should be directed to Hussey, Gay, Bell & DeYoung, Inc. Consulting Engineers, P.O. Box 14247, Savannah, Georgia, 31416, telephone (912) 354 -4626. Bids must be accompanied by a certified check or Bid Bond in the amount of five percent of the amount bid. The successful bidder must be able to provide a Payment Bond and Performance Bond within ten days of Notice of Award. These bonds must be in the amount of 100 percent of the contract amount. In accordance with State of Georgia Code Section 43- 14- 8.2(h), the low bidder must furnish proof that they have a Utility Contractor's License before a contract will be executed. The City of Tybee Island reserves the right to reject any or all bids and to waive technicalities and informalities. City of Tybee Island P.O. Box 2749 Tybee Island, Georgia 31328 1 INSTRUCTION AND INFORMATION FOR BIDDERS 1. BASIS OF CONTRACT: See Invitation/Advertisement for Bids and proposal form. 2. BID SECURITY: See Invitation/Advertisement for Bids and Proposal form. 3. UTILITY CONTRACTOR'S LICENSE: In accordance with Chapter 14 of Title 43 of the Official Code of Georgia, Annotated, all contractors wishing to bid on this project must have obtained a "Utility Contractor License" and "Utility Contractor License Number ". All utility work to be included in this project shall be done by a licensed utility contractor. To ensure this, it shall be a requirement that the license number of the contractor be written on the face of the bid package envelope. Any bids which fail to include this number will not be opened. 4. PRE -BID CONFERENCE: A conference will be held at 2:00 P.M. on November 18, 2008 in the Tybee Island City Hall. Project scheduling, coordination requirements and questions will be addressed at this time. Minutes of the conference will be issued as an addendum and will be made a part of the contract. 5. INTERPRETATIONS: No oral interpretation will be made to bidders as to the meaning of the Plans and Specifications. Requests for interpretation of Plans and Specifications must be made in writing to the Engineer not later than 7 (seven) days prior to the date set for receipt of proposals, and failure on the part of the successful bidder to do so shall not relieve him as Contractor of the obligation to execute such work in accordance with a later interpretation by the Engineer. All interpretations made to bidders will be issued in the form of addenda to the plans and specifications and will be sent to all bidders. Such addenda are to be covered in the proposal, and in closing the Contract they will become a part thereof. 6. BIDDERS TO INVESTIGATE: Bidders are required to submit their proposals upon the following express conditions, which shall apply to and become part of every bid received, viz: Each Bidder must satisfy himself and form his own opinion by personal examination of the location and ground of the proposed work, and by such other means as he may desire, as to the actual conditions and requirements of the work, including the materials to be excavated; must make his 1 own interpretations and satisfy himself by his own investigations and research regarding labor and materials needed, and shall make his bid in sole reliance thereon. Any information or data furnished by the Owner or its employees for the convenience of any bidder is not guaranteed. 7. PROPOSALS: Proposals will be opened and read as stated in the Invitation/Advertisement for Bids. All bids must be submitted on the Bid Proposal Form furnished to the Bidder as a part of these documents and must be signed. All blanks on the proposal form must be filled in. Numbers shall be written in English words and in Arabic Numerals, and the completed form shall be without interlineation, alteration, or erasure. Failure to submit a proposal in the form requested or the inclusion of any condition, alternate, limitation or provision not called for will render the bid irregular and shall be considered sufficient cause for rejection of a bid. Failure to complete entries in all blanks in the proposal form shall be considered sufficient cause for rejection of a proposal. All addenda issued shall be acknowledged in the place so designated. All alternates, if any, shall be bid on; the term "no bid" shall not be used. In the event that the Bidder does not desire to make a change in price from his Base Bid for any given alternate, he shall so indicate by using the words "no change." Proposals shall close with legal name of Bidder and be executed by one legally authorized to bind the bidding firm to a contract. Bid Security, made payable to the Owner, shall be in the amount of five percent (5 %) of the Base Bid. Security shall be a Bid Bond issued by a surety licensed to conduct business in state where project is located, and shall have attached Power of Attorney certifying bond signee. A proposal cannot be withdrawn after it is filed, unless Bidder makes written request to the Owner prior to time set for opening of bids, or unless the Owner fails to accept bid within 60 days after date fixed for opening of bids. If any bidder refuses to enter into a contract, the Owner will retain his Bid Security as liquidated damages but not as a penalty. Submittal: The Proposal, in duplicate, and a single copy of the Bid Security together with the Power of Attorney shall be contained in a sealed envelope bearing the Bidder's name and utility contractor's license number clearly addressed to the Owner as indicated on the Proposal Form. In addition, in large letters on both the front and back of the envelope, the following shall appear: "PROPOSAL FOR CONSTRUCTION. DO NOT OPEN UNTIL (INSERT TIME) O'CLOCK, (INSERT DATE)" not later than the date and hour named therein. After that time, no proposals will be received or withdrawn. 8. FORM OF AGREEMENT: Form of Agreement will be on the enclosed Form in the Bid Documents. 9. AWARD: The Owner's intent is to make an award within funds available to the lowest responsible bidder furnishing satisfactory performance surety. 2 The Owner reserves the right to reject any or all bids and to waive technicalities and informalities. The Owner reserves the right to select the alternates to be used in determining the lowest bid. If such bid exceeds such amount, the Owner may reject all bids. The Owner will decide which is the lowest qualified bidder, and in determining such bidder, the following elements will be considered for each bidder: a. Maintains a permanent place of business. b. Has adequate plant equipment and personnel to perform the work properly and expeditiously. c. Has suitable financial status to meet obligations incident to the work. d. Has appropriate technical experience. 10. CONTRACTOR TO BE SATISFACTORY TO OWNER: The Contract will not be awarded to any bidder or bidders who have failed in any contractual obligations to the Owner, or who has on any previous contract performed in a manner unsatisfactory to the Owner, either as to the character of the work, the fulfillment of guarantees or the time consumed in its completion. The three low bidders shall, upon written request and prior to the letting of a contract, furnish the Owner with the following information relative to his own business and that of each of the subcontractors named in his Bid Proposal. (a) A statement of his experience, including a list ofproj ects for which he or his firm was a responsible contractor or subcontractor; such lists shall indicate the name or identification and location of each project, the year it was completed, a brief description and the approximate dollar value of the work for which he was responsible. (b) A statement of experience of each subcontractor named in his Bid Proposal; each statement shall include a list of projects for which the named subcontractor was a responsible contractor or subcontractor; such lists shall include the name or identification and location of each project, the year is was completed, a brief description and the approximate dollar value of the work for which the named subcontractor was responsible. (c) project. The amount of capital and equipment the Bidder has available for the work of the (d) The amount of capital and equipment each of the named subcontractors has available for the work of the project. (e) A statement showing the financial assets and liabilities of the Bidder, certified to by a Certified Public Accountant. 3 (f) A statement from each of the named subcontractors showing his assets and liabilities, certified by a Certified Public Accountant. 11. LIQUIDATED DAMAGES: Liquidated damages as set forth in the Bid Proposal will be assessed for each consecutive calendar day of delay in the completion of the work not excusable as provided in the Special Conditions (Section 01002) and the Bid Proposal. 12. SURETY AND INSURANCE COMPANIES: The Contract provides that the surety and insurance companies must be acceptable to the Owner. To avoid inconvenience, any bidder or subcontractor should confer with the Owner to determine whether the surety or insurance companies expected to be used on the work are acceptable to the Owner. (See Section 00700, Article 5.) 13. BASIS OF AWARD: The City of Tybee Island reserves the right to award the project, if an award is made, in the manner which best serves the City's interests. For this reason, the project is split into Part 1 and Part 2 for bidding purposes. If an award is made, Part 1 will be in it. The Part 2 designation is made only for funding consideration. There is no intent to award Part 1 to one contractor and Part 2 to another. When the bids are opened and read, two numbers will be announced. These will be "Total All Work, Part 1" and Total All Work, Parts 1 and 2 ". The bids will be evaluated and ranked and a recommendation made for each of these list of Bids. The City will then select the bidder whose proposal is most advantageous to the City within the limits of available funding. 4 BID PROPOSAL City of Tybee Island P.O. Box 2749 Tybee Island, Georgia 31328 ATTENTION: Ms. Diane Schleicher City Manager PROJECT TITLE: 14TH STREET DRAINAGE IMPROVEMENTS SUBMITTED BY: Gentlemen: Having carefully examined the Plans, Specifications and other Contract Documents relating to 14TH STREET DRAINAGE IMPROVEMENTS dated November, 2008 and Addendum No.(s) , and also having carefully inspected the premises and the conditions affecting the work, the undersigned hereby proposes and agrees to furnish all materials, labor skill, equipment, tools and other things of every kind and description specified, needed or used for the complete execution of all work covered by and in conformity with the aforesaid Plans, Specifications and other Contract Documents prepared by HUSSEY, GAY, BELL & DEYOUNG, INC., Consulting Engineers (hereinafter called the "Engineer ") and all Amendments and Addenda thereto, for the sums hereinafter stated. SCHEDULE OF BID PROPOSAL: Bidder must fill in unit prices in figures, make extensions of each item and total as indicated. For complete information concerning these items, see Plans and Specifications. 1 BID SCHEDULE 14TH STREET DRAINAGE IMPROVEMENTS Hussey, Gay, Bell & DeYoung, Inc. _ Tybee Island, Georgia Savannah, Georgia November, 2008 Item Description Estim. Qty. Unit Price Total Price PART 1 1 Remove Bush or Shrub 11 EA 2 Remove Tree 40 EA 3 Remove storm drain pipe, all sizes 1,600 LF 4 Remove existing drainage structure 20 EA 5 Channel Excavation 50 CY 6 Grading, part 1 only, complete, including finish grading of shoulders and swales, construction layout, soils testing, etc. and all other measures required to complete the project as shown on the plans JOB LS 7 Removal of unsuitable subgrade material 350 CY 8 Foreign Borrow (Replace unsuitable subgrade or trench material only after all suitable material is expended) 700 CY 9 18" Storm Drain Pipe 300 LF 10 30" Storm Drain Pipe 290 LF 11 36" Storm Drain Pipe 570 LF 12 42" Storm Drain Pipe 1,200 LF 13 Grate Inlet 20 EA 14 Storm Manhole 5 EA 15 Cast -in -place Junction Box JOB LS 16 Concrete Headwall, Double 42" Pipe with Tide Control Gates JOB LS 17 Interference Manhole 2 EA 18 Sanitary service tap, 4" service line and connection to existing service line 10 EA 19 6" Water Main 400 LF 20 6" Valve in Box 2 EA 21 Connect to existing water main with fitting 10 EA 22 Lower water main 2 EA 23 Remove and reset fire hydrant 1 EA 24 Lower water service lateral 10 EA 25 Water Service Tap, service line, water meter and connection to existing service line 10 EA 2 Item Description Estim. Qty. Unit Price Total Price 26 Water Service tap, service line and connection to existing service line 8 EA EA 27 Remove and replace 4' chain link fence 40 LF EA 28 Remove and replace 6' chain link fence 60 LF LF 29 Remove and replace chain link fence gate 2 EA EA 30 Remove and reset wood post 3 EA LS 31 Remove and reset sign 15 EA 32 Remove and replace asphalt pavement 800 SY 33 Remove and replace concrete drive 120 SY 34 Remove and replace concrete sidewalk 180 SY 35 Traffic Control (Part 1 only) 560 JOB LS 36 NPDES Compliance (Part 1 only) 750 JOB LS 37 Erosion and Sedimentation Control (Part 1 only) 15 JOB LS 38 Grassing 4,000 SY 39 Miscellaneous Connection and other adjustments required to maintain area drainage if only part 1 is done. 2 JOB LS 15 Sanitary service tap, 4" service line and connection to existing service line 10 EA TOTAL ALL WORK, PART 1 3 PART 2 1 Remove Bush or Shrub 10 EA 2 Remove Tree 45 EA 3 Remove storm drain pipe, all sizes 550 LF 4 Remove existing drainage structure 10 EA 5 Grading, part 2 only, complete, including finish grading of shoulders and swales, construction layout, soils testing, etc. and all other measures required to complete the project as shown on the plans JOB LS 6 Removal of unsuitable subgrade material 250 CY 7 Foreign Borrow (Replace unsuitable subgrade or trench material only after all other suitable material is expended) 600 CY 8 18" Storm Drain Pipe 90 LF 9 30" Storm Drain Pipe 290 LF 10 36" Storm Drain Pipe 560 LF 11 42" Storm Drain Pipe 750 LF 12 Grate Inlet 15 EA 13 Storm Manhole 2 EA 14 Interference Manhole 2 EA 15 Sanitary service tap, 4" service line and connection to existing service line 10 EA 3 Item Description Estim. Qty. Unit Price Total Price 16 6" Water Main 50 LF 17 6" Valve in Box 1 EA 18 Connect to existing water main with fitting 2 EA 19 Connect to existing water main with tapping sleeve and tapping valve 1 EA 20 Lower Water Main 4 EA 21 Remove and reset fire hydrant 1 EA 22 Lower water service lateral 8 EA 23 Water service tap, service line, water meter and connection to existing service line 4 EA 24 Water service tap, service line and connection to existing service line 4 EA 25 Remove and replace 4' chain link fence 50 LF 26 Remove and reset sign 5 EA 27 Remove and replace asphalt pavement 280 SY 28 Remove and replace concrete drive 125 SY 29 Remove and replace brick drive 20 SY 30 Remove and replace concrete sidewalk 20 SY 31 Traffic Control (Part 2 only) JOB LS 32 NPDES Compliance (Part 2 only) JOB LS 33 Erosion and Sedimentation Control (Part 2 only) JOB LS 34 Grassing 2,800 SY TOTAL ALL WORK, PART 2 $ SUMMARY TOTAL ALL WORK, PART 1 $ TOTAL ALL WORK, PART 2 $ SUBTOTAL, ALL WORK PARTS 1 AND 2 $ DELETION OF ITEM 39, PART 1 $ TOTAL ALL WORK, PARTS 1 AND 2 $ ADDITIVE ALTERNATE 1 Unit Price Total Price Level and overlay 14th Street from Venetian Way to 2nd Avenue in accordance with typical section shown on the plans. This will include all tack coats and replacement of any existing surface striping. 4000 SY $ $ TOTAL, ADDITIVE ALTERNATE 1 $ 4 For and in consideration of the sum of $1.00, the receipt of which is hereby acknowledged, the Undersigned agrees that this proposal may not be revoked or withdrawn after the time set for the opening of bids but shall remain open for acceptance for a period of sixty days following such time. In case he be notified in writing by mail, telegraph, or delivery of the acceptance of the Proposal within sixty days after the time set for the opening of bids, the Undersigned agrees to execute within ten days a Contract (Form of Agreement between Contractor and Owner) for the work for the above stated compensation and at the same time to furnish and deliver to the Owner a Performance Bond and Payment Bond in accordance with the instructions bound in the specifications, both in an amount equal to 100 percent of the contract sum. The Undersigned agrees to commence actual physical work on the site with an adequate force and equipment within ten days of a date to be specified in a written order from the Owner and to complete fully all work within 150 consecutive calendar days, or within consecutive calendar days if different than specified. The Undersigned Bidder agrees to pay to the Owner, Liquidated Damages as stated in the Special Conditions for each consecutive calendar day of delay in an amount not to exceed $250.00 per day. Enclosed herewith is a Bid Bond in the amount of Dollars ($ ) being not less than 5 percent of the Base Bid. The Bid Bond must be submitted on a form acceptable to the Owner. The Undersigned agrees that the above stated amount is the proper measure of liquidated damages which the Owner will sustain by the failure of the Undersigned to execute the Contract and to furnish the performance Bond and Payment Bond in case this proposal is accepted and further agrees to the following: If this Proposal is accepted within 60 days after the date set for the opening of bids and the Undersigned fails to execute the Contract within 10 days after written notice of such acceptance or if he fails to furnish both a Performance Bond and Payment Bond, the obligation of the Bid Bond will remain in full force and effect and the money payable thereon shall be paid into the funds of the Owner as Liquidated Damages for such failure; otherwise the obligation of the Bid Bond will be null and void. 5 The Bidder submits the following statement of Bidder's qualifications. BIDDER'S QUALIFICATIONS NAME OF BIDDER STREET ADDRESS TELEPHONE NO. FAX NO. WHEN ORGANIZED WHERE INCORPORATED LICENSED TO DO BUSINESS IN THE STATE OF The foregoing statement of qualifications is submitted under oath: Respectfully submitted, Name: Mailing Address: By: Title: The legal name of the Bidder is: (Attach satisfactory evidence of the authority of the officer, or officers, signing on behalf of a corporation.) 6 CONTRACT FORM THIS AGREEMENT made the day of in the year Two Thousand Eight by and between hereinafter called the Contractor and the City of Tybee Island hereinafter called the Owner. WITNESSETH, that the Contractor and the Owner for the consideration hereinafter named agree as follows: ARTICLE 1. The Contractor agrees to provide all the materials, equipment and labor necessary for the complete construction of all the work shown on the Plans and described in the Specifications prepared by Hussey, Gay, Bell & DeYoung, Inc., forl4th STREET DRAINAGE IMPROVEMENTS and to do everything required by the Specifications and Plans. ARTICLE 2. The Contractor agrees that the work contemplated by the Contract shall be entirely completed on or before ARTICLE 3. The Owner agrees to pay the Contractor in current funds for the performance of this Contract the sum of Dollars ($ ) subject to additions and deductions as provided for in the Specifications and to make payments on account of the Contract as provided for in the Specifications, except as hereinafter stated: The Contractor and the Owner for themselves, their successors, executors, administrators and assigns hereby agree to the full performance of the covenants herein contained. 1 IN WITNESS WHEREOF they have hereunto set their hands and seals the day and year first above written. In the presence of: CONTRACTOR: Corporate Seal: Witness: By: Witness: Attest: OWNER: Seal: Witness: By: Witness: Attest: 2 PAYMENT BOND THIS BOND IS EXECUTED TOGETHER WITH ANOTHER BOND IN FAVOR OF THE OWNER AS OBLIGEE CONDITIONED UPON PERFORMANCE OF THE CONTRACT. KNOW ALL MEN BY THESE PRESENTS: That (include address) as principal (hereinafter referred to as "Principal "), and as Surety (hereinafter referred to as "Surety "), are held and firmly bound unto as Obligee (hereinafter referred to as "Owner "), for the use and benefit of claimants defined, hereinafter, in the amount of Dollars ($ ) to which payment principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the above bounden Principal has entered into a contract with Owner dated for the 14`h STREET DRAINAGE IMPROVEMENTS, in accordance with Plans and Specifications prepared by Hussey, Gay, Bell & DeYoung, Inc., Consulting Engineers, Savannah, Georgia which contract is incorporated herein by reference and made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if the Principal shall promptly make payment to all claimants as hereinafter defined, for all labor and materials supplied in the prosecution of the work provided for in said Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect, subject, however, to the following conditions: 1. The said surety to this bond, for value received, hereby stipulates and agrees that no change or changes, extension or extensions of time, alteration or alterations or addition or additions to the terms of the contract or to the work to be performed thereunder, or the specifications or plans accompanying same shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change or changes, extension or extensions of time, alteration or alterations or addition or additions to the terms of the contract or to the work or to the specifications or plans. 2. A claimant is defined as any subcontractor and any person supplying labor, materials, machinery, or equipment in the prosecution of the work provided for in said Contract. 1 3. Every person entitled to the protection hereunder and who has not been paid in full for labor or materials furnished in the prosecution of the work referred to in said bond before the expiration of a period of ninety days after the day on which the last of the labor was done or performed by him, or materials or equipment or machinery was furnished or supplied by him for which such claim is made, or when he has completed his subcontract for which claim is made, shall have the right to sue on such payment bond for the amount, or the balance thereof, unpaid at the time of the commencement of such action and to prosecute such action to final execution and judgement for the sum or sums due him; provided, however, that any person having direct contractual relationship with a subcontractor, but no contractual relationship express or implied with the contractor furnishing said payment bond shall have the right of action upon the said payment bond upon giving written notice to said contractor within ninety days from the day on which such person did or performed the last of the labor, or furnished the last of the materials or machinery or equipment for which such claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were furnished or supplied or for whom the labor was performed or done; provided further that nothing contained herein shall limit the right of action to said 90 day period. Notice may be served by depositing a notice, registered mail, postage prepaid, duly addressed to the Contractor at any place he maintains an office or conducts his business, or his residence, in any post office or branch post office or any letter box under the control of the Post Office Department or, notice maybe served in any manner authorized by law to serve summons or process. Every suit instituted under this Section shall be brought in the name of the claimant without Owner being made a party thereto. The official who has the custody of said bond is authorized and directed to furnish, to any person making application therefore who submits an affidavit that he had supplied labor or materials for such Work and payment therefore has not been made, or that he is being sued on any such bond, a copy of such bond and the contract for which it was given, certified by the official who has custody of said bond; this copy shall be primary evidence of said bond and contract and shall be admitted in evidence without further proof. Applicants shall pay for such certified copies and such certified statements such fees as the official fixes to cover the cost of preparation thereof, but in no case shall the fee exceed the fees which the clerks of the superior courts are permitted to charge for similar copies. 4. No action can be instituted on this bond after one year from the date of the final certificate of the Engineer. 5. Further, this bond shall be considered the same as a bond furnished under Section 13 -10 and 36 -91 et. seq., of the Official Code of Georgia Annotated, as amended, and all provisions of law pertaining to bonds furnished under said Section shall pertain hereto. 2 Signed and sealed this day of A.D. 2008. IN THE PRESENCE OF: (SEAL) (Principal) (Title) (SEAL) (Surety) 3 (Title) PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS That (include Address) as Principal (hereinafter referred to as "Principal "), and (Legal Title and Address of Surety) as Surety (hereinafter referred to as "Surety "), are held and firmly bound unto , as Oblige (hereinafter referred to as "Owner "), in the amount of Dollars ($ ), to which payment Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the above bounden Principal has entered into a contract with Owner dated for 14TH STREET DRAINAGE IMPROVEMENTS in accordance with Drawings and Specifications prepared by Hussey, Gay, Bell & DeYoung, Inc., Consulting Engineers, Savannah, Georgia, which contract is incorporated herein by reference and made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if the Contractor shall promptly and faithfully perform and comply with the terms and conditions of said contract; and shall indemnify and save harmless the Owner against and from all costs, expenses, damages, injury or loss to which said Owner may be subjected by reason of any wrong doing, including patent infringement, misconduct, want of care or skill, default or failure of performance on the part of said Principal, his agents, subcontractors or employees, in the execution or performance of said contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect, subject, however, to the following conditions: 1. The said Surety to this bond, for value received, hereby stipulates and agrees that no change or changes, extension or extensions of time. alteration or alterations or addition or additions to the terms of the contract or to the work to be performed hereunder, or the specifications or Drawings accompanying same shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change or changes, extension or extensions of time, alteration or alterations or addition or additions to the terms of the contract or to the work or to the specifications or Drawings. 1 2. If pursuant to the contract documents the Contractor shall be declared in default by the Owner under the aforesaid Contract, the Surety shall promptly remedy the default or defaults or shall promptly perform the Contract in accordance with its terms and conditions. It shall be the duty of the Surety to give an unequivocal notice in writing to the Owner within twenty -five (25) days after receipt of a declaration of default of the Surety's election either to remedy the default or defaults promptly or to perform the contract promptly, time being of the essence. In said notice of election, the Surety shall indicate the date on which the remedy or performance will commence, and it shall then be the duty of the Surety to give prompt notice in writing to the Owner immediately upon completion of (a) the remedy and /or correction of each default, (b) the remedy and/or correction of each item of condemned work, (c) the furnishing of each omitted item of work, and (d) the performance of the contract. The Surety shall not assert solvency of its Principal as justification for its failure to give notice of election or for its failure to promptly remedy the default or defaults or perform the contract. 3. Supplementary to and in addition to the foregoing, whenever the Owner shall notify the Surety that the Owner has notice that the Contractor has failed to pay any subcontractor, materialman, or laborer for labor or materials certified by the Contractor as having been paid for by the Contractor, the Surety shall, within 30 days of receipt of such notice, cause to be paid any unpaid amount for such labor or materials. 4. It is expressly agreed by the Principal and the Surety that the Owner, if he desires to do so, is at liberty to make inquiries at any time of subcontractors, laborers, materialmen, or other parties concerning the status of payments for labor, materials, or services furnished in the prosecution of the work. 5. The Surety agrees that other than as is provided in this bond it may not demand of the Owner that the Owner shall (a) perform any thing or act, (b) give any notice, (c) furnish any clerical assistance, (d) render any service, (e) furnish any papers or documents, or (f) take any action of any nature or description which is not required of the Owner to be done under the contract documents. 6. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Owner named herein or the legal successors of the Owner. 2 Signed and sealed this day of A.D. 2008. IN THE PRESENCE OF: (Title) (SEAL) (Principal) (SEAL) (Surety) (Title) 3 This document has important legal consequences; consultation with an attorney is encouraged with respect to its use or modification. This document should be adapted to the particular circumstances of the contemplated Project and the controlling Laws and Regulations. STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Prepared by ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE and Issued and Published Jointly by ACEC AMERICAN RICAN C,OUNCI1. Or ENGINEERING COMPANIES ASCE American Society of Civil Engineers National Society of Professional Engineers Professional Engineers in Private Practice AMERICAN COUNCIL OF ENGINEERING COMPANIES ASSOCIATED GENERAL CONTRACTORS OF AMERICA AMERICAN SOCIETY OF CIVIL ENGINEERS PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE A Practice Division of the NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS Endorsed by CONSTRUCTION SPECIFICATIONS INSTITUTE EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. These General Conditions have been prepared for use with the Suggested Forms of Agreement Between Owner and Contractor (EJCDC C -520 or C -525, 2007 Editions). Their provisions are interrelated and a change in one may necessitate a change in the other. Comments concerning their usage are contained in the Narrative Guide to the EJCDC Construction Documents (EJCDC C -001, 2007 Edition). For guidance in the preparation of Supplementary Conditions, see Guide to the Preparation of Supplementary Conditions (EJCDC C -800, 2007 Edition). Copyright © 2007 National Society of Professional Engineers 1420 King Street, Alexandria, VA 22314 -2794 (703) 684 -2882 www.nspe.org American Council of Engineering Companies 1015 15th Street N.W., Washington, DC 20005 (202) 347 -7474 www.acec.org American Society of Civil Engineers 1801 Alexander Bell Drive, Reston, VA 20191 -4400 (800) 548 -2723 www.asce.org Associated General Contractors of America 2300 Wilson Boulevard, Suite 400, Arlington, VA 22201 -3308 (703) 548 -3118 www.agc.org The copyright for this EJCDC document is owned jointly by the four EJCDC sponsoring organizations and held in trust for their benefit by NSPE. EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 — Definitions and Terminology 1 1.01 Defined Terms 1 1.02 Terminology 5 Article 2 — Preliminary Matters 6 2.01 Delivery of Bonds and Evidence of Insurance 6 2.02 Copies of Documents 6 2.03 Commencement of Contract Times; Notice to Proceed 6 2.04 Starting the Work 7 2.05 Before Starting Construction 7 2.06 Preconstruction Conference; Designation of Authorized Representatives 7 2.07 Initial Acceptance of Schedules 7 Article 3 — Contract Documents: Intent, Amending, Reuse 8 3.01 Intent 8 3.02 Reference Standards 8 3.03 Reporting and Resolving Discrepancies 9 3.04 Amending and Supplementing Contract Documents 9 3.05 Reuse of Documents 10 3.06 Electronic Data 10 Article 4 — Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points 11 4.01 Availability of Lands 11 4.02 Subsurface and Physical Conditions 11 4.03 Differing Subsurface or Physical Conditions 12 4.04 Underground Facilities 13 4.05 Reference Points 14 4.06 Hazardous Environmental Condition at Site 14 Article 5 — Bonds and Insurance 16 5.01 Performance, Payment, and Other Bonds 16 5.02 Licensed Sureties and Insurers 16 5.03 Certificates of Insurance 17 5.04 Contractor's Insurance 17 5.05 Owner's Liability Insurance 19 5.06 Property Insurance 19 5.07 Waiver of Rights 20 5.08 Receipt and Application of Insurance Proceeds 21 EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page i 5.09 Acceptance of Bonds and Insurance; Option to Replace 21 5.10 Partial Utilization, Acknowledgment of Property Insurer 22 Article 6 - Contractor's Responsibilities 22 6.01 Supervision and Superintendence 22 6.02 Labor; Working Hours 22 6.03 Services, Materials, and Equipment 22 6.04 Progress Schedule 23 6.05 Substitutes and "Or- Equals" 23 6.06 Concerning Subcontractors, Suppliers, and Others 25 6.07 Patent Fees and Royalties 27 6.08 Permits 27 6.09 Laws and Regulations 28 6.10 Taxes 28 6.11 Use of Site and Other Areas 28 6.12 Record Documents 29 6.13 Safety and Protection 29 6.14 Safety Representative 30 6.15 Hazard Communication Programs 30 6.16 Emergencies 30 6.17 Shop Drawings and Samples 31 6.18 Continuing the Work 32 6.19 Contractor's General Warranty and Guarantee 33 6.20 Indemnification 33 6.21 Delegation of Professional Design Services 34 Article 7 - Other Work at the Site 35 7.01 Related Work at Site 35 7.02 Coordination 35 7.03 Legal Relationships 36 Article 8 - Owner's Responsibilities 36 8.01 Communications to Contractor 36 8.02 Replacement of Engineer 36 8.03 Furnish Data 36 8.04 Pay When Due 36 8.05 Lands and Easements; Reports and Tests 36 8.06 Insurance 36 8.07 Change Orders 37 8.08 Inspections, Tests, and Approvals 37 8.09 Limitations on Owner's Responsibilities 37 8.10 Undisclosed Hazardous Environmental Condition 37 8.11 Evidence of Financial Arrangements 37 8.12 Compliance with Safety Program 37 Article 9 - Engineer's Status During Construction 37 9.01 Owner's Representative 37 EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page ii 9.02 Visits to Site 9.03 Project Representative 9.04 Authorized Variations in Work 9.05 Rejecting Defective Work 9.06 Shop Drawings, Change Orders and Payments 9.07 Determinations for Unit Price Work 9.08 Decisions on Requirements of Contract Documents and Acceptability of Work 9.09 Limitations on Engineer's Authority and Responsibilities 9.10 Compliance with Safety Program 37 38 38 38 39 39 39 39 40 Article 10 - 10.01 10.02 10.03 10.04 10.05 Article 11 - 11.01 11.02 11.03 Article 12 - 12.01 12.02 12.03 Article 13 - 13.01 13.02 13.03 13.04 13.05 13.06 13.07 13.08 13.09 Article 14 - 14.01 14.02 14.03 14.04 14.05 14.06 Final Inspection 14.07 Final Payment 14.08 Final Completion Delayed Changes in the Work; Claims 40 Authorized Changes in the Work 40 Unauthorized Changes in the Work 41 Execution of Change Orders 41 Notification to Surety 41 Claims 41 Cost of the Work; Allowances; Unit Price Work 42 Cost of the Work 42 Allowances 45 Unit Price Work 45 Change of Contract Price; Change of Contract Times 46 Change of Contract Price 46 Change of Contract Times 47 Delays 47 Tests and Inspections; Correction, Removal or Acceptance of Defective Work 48 Notice of Defects 48 Access to Work 48 Tests and Inspections 49 Uncovering Work 49 Owner May Stop the Work 50 Correction or Removal of Defective Work 50 Correction Period 50 Acceptance of Defective Work 51 Owner May Correct Defective Work 52 Payments to Contractor and Completion 52 Schedule of Values 52 Progress Payments 52 Contractor's Warranty of Title 55 Substantial Completion 55 Partial Utilization 56 57 57 58 EJCDC C-'700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page iii 14.09 Waiver of Claims Article 15 — 15.01 15.02 15.03 15.04 Article 16 — 58 Suspension of Work and Termination 59 Owner May Suspend Work 59 Owner May Terminate for Cause 59 Owner May Terminate For Convenience 60 Contractor May Stop Work or Terminate 60 Dispute Resolution 16.01 Methods and Procedures 61 61 Article 17 — 17.01 17.02 17.03 17.04 17.05 17.06 Miscellaneous 61 Giving Notice 61 Computation of Times 62 Cumulative Remedies 62 Survival of Obligations 62 Controlling Law 62 Headings 62 EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page iv ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in the Bidding Requirements or Contract Documents and printed with initial capital letters, the terms listed below will have the meanings indicated which are applicable to both the singular and plural thereof. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda —Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement —The written instrument which is evidence of the agreement between Owner and Contractor covering the Work. 3. Application for Payment —The form acceptable to Engineer which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Bid —The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 6. Bidder —The individual or entity who submits a Bid directly to Owner. 7. Bidding Documents —The Bidding Requirements and the proposed Contract Documents (including all Addenda). 8. Bidding Requirements —The advertisement or invitation to bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 9. Change Order —A document recommended by Engineer which is signed by Contractor and Owner and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Times, issued on or after the Effective Date of the Agreement. 10. Claim —A demand or assertion by Owner or Contractor seeking an adjustment of Contract Price or Contract Times, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Claim. 11. Contract —The entire and integrated written agreement between the Owner and Contractor concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 1 of 62 12. Contract Documents —Those items so designated in the Agreement. Only printed or hard copies of the items listed in the Agreement are Contract Documents. Approved Shop Drawings, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 13. Contract Price —The moneys payable by Owner to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 14. Contract Times —The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any; (ii) achieve Substantial Completion; and (iii) complete the Work so that it is ready for final payment as evidenced by Engineer's written recommendation of final payment. 15. Contractor —The individual or entity with whom Owner has entered into the Agreement. 16. Cost of the Work —See Paragraph 11.01 for definition. 17. Drawings —That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Shop Drawings and other Contractor submittals are not Drawings as so defined. 18. Effective Date of the Agreement —The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 19. Engineer —The individual or entity named as such in the Agreement. 20. Field Order —A written order issued by Engineer which requires minor changes in the Work but which does not involve a change in the Contract Price or the Contract Times. 21. General Requirements— Sections of Division 1 of the Specifications. 22. Hazardous Environmental Condition —The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, or Radioactive Material in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 23. Hazardous Waste —The term Hazardous Waste shall have the meaning provided in Section 1004 of the Solid Waste Disposal Act (42 USC Section 6903) as amended from time to time. 24. Laws and Regulations; Laws or Regulations —Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 25. Liens— Charges, security interests, or encumbrances upon Project funds, real personal property. 26. Milestone —A principal event specified in the Contract Documents relating to an completion date or time prior to Substantial Completion of all the Work. property, or intermediate EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 2 of 62 27. Notice of Award —The written notice by Owner to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, Owner will sign and deliver the Agreement. 28. Notice to Proceed —A written notice given by Owner to Contractor fixing the date on which the Contract Times will commence to run and on which Contractor shall start to perform the Work under the Contract Documents. 29. Owner —The individual or entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 30. PCBs — Polychlorinated biphenyls. 31. Petroleum— Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non - Hazardous Waste and crude oils. 32. Progress Schedule —A schedule, prepared and maintained by Contractor, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Times. 33. Project —The total construction of which the Work to be performed under the Contract Documents may be the whole, or a part. 34. Project Manual —The bound documentary information prepared for bidding and constructing the Work. A listing of the contents of the Project Manual, which may be bound in one or more volumes, is contained in the table(s) of contents. 35. Radioactive Material — Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 36. Resident Project Representative —The authorized representative of Engineer who may be assigned to the Site or any part thereof. 37. Samples— Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 38. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 39. Schedule of Values —A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 3 of 62 40. Shop Drawings —All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 41. Site —Lands or areas indicated in the Contract Documents as being furnished by Owner upon which the Work is to be performed, including rights -of -way and easements for access thereto, and such other lands furnished by Owner which are designated for the use of Contractor. 42. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. 43. Subcontractor —An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 44. Substantial Completion —The time at which the Work (or a specified part thereof) has progressed to the point where, in the opinion of Engineer, the Work (or a specified part thereof) is sufficiently complete, in accordance with the Contract Documents, so that the Work (or a specified part thereof) can be utilized for the purposes for which it is intended. The terms "substantially complete" and "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof. 45. Successful Bidder —The Bidder submitting a responsive Bid to whom Owner makes an award. 46. Supplementary Conditions —That part of the Contract Documents which amends or supplements these General Conditions. 47. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 48. Underground Facilities —All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 49. Unit Price Work —Work to be paid for on the basis of unit prices. 50. Work —The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 51. Work Change Directive —A written statement to Contractor issued on or after the Effective Date of the Agreement and signed by Owner and recommended by Engineer ordering an EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 4 of 62 addition, deletion, or revision in the Work, or responding to differing or unforeseen subsurface or physical conditions under which the Work is to be performed or to emergencies. A Work Change Directive will not change the Contract Price or the Contract Times but is evidence that the parties expect that the change ordered or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Times. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through F are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of professional judgment by Engineer. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of Engineer as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective is not intended to and shall not be effective to assign to Engineer any duty or authority to supervise or direct the performance of the Work, or any duty or authority to undertake responsibility contrary to the provisions of Paragraph 9.09 or any other provision of the Contract Documents. C. Day: 1. The word "day" means a calendar day of 24 hours measured from midnight to the next midnight. D. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to Engineer's recommendation of final payment (unless responsibility for the protection thereof has been assumed by Owner at Substantial Completion in accordance with Paragraph 14.04 or 14.05). EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 5 of 62 E. Furnish, Install, Perform, Provide: 1. The word "furnish," when used in connection with services, materials, or equipment, shall mean to supply and deliver said services, materials, or equipment to the Site (or some other specified location) ready for use or installation and in usable or operable condition. 2. The word "install," when used in connection with services, materials, or equipment, shall mean to put into use or place in final position said services, materials, or equipment complete and ready for intended use. 3. The words "perform" or "provide," when used in connection with services, materials, or equipment, shall mean to furnish and install said services, materials, or equipment complete and ready for intended use. 4. When "furnish," "install," "perform," or "provide" is not used in connection with services, materials, or equipment in a context clearly requiring an obligation of Contractor, "provide" is implied. F. Unless stated otherwise in the Contract Documents, words or phrases that have a well -known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Delivery of Bonds and Evidence of Insurance A. When Contractor delivers the executed counterparts of the Agreement to Owner, Contractor shall also deliver to Owner such bonds as Contractor may be required to furnish. B. Evidence of Insurance: Before any Work at the Site is started, Contractor and Owner shall each deliver to the other, with copies to each additional insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance which either of them or any additional insured may reasonably request) which Contractor and Owner respectively are required to purchase and maintain in accordance with Article 5. 2.02 Copies of Documents A. Owner shall furnish to Contractor up to ten printed or hard copies of the Drawings and Project Manual. Additional copies will be furnished upon request at the cost of reproduction. 2.03 Commencement of Contract Times; Notice to Proceed A. The Contract Times will commence to run on the thirtieth day after the Effective Date of the Agreement or, if a Notice to Proceed is given, on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 30 days after the Effective Date of the Agreement. In no event will the Contract Times commence to run later than the sixtieth day after the day of Bid opening or the thirtieth day after the Effective Date of the Agreement, whichever date is earlier. EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 6 of 62 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein and all applicable field measurements. Contractor shall promptly report in writing to Engineer any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from Engineer before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work. If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to Engineer in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph 6.16.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to Owner or Engineer for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and: a. the provisions of any standard, specification, manual, or code, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents); or b. the provisions of any Laws or Regulations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation). 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by either a Change Order or a Work Change Directive. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorized, by one or more of the following ways: EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 9 of 62 1. A Field Order; 2. Engineer's approval of a Shop Drawing or Sample (subject to the provisions of Paragraph 6.17.D.3); or 3. Engineer's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer or its consultants, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of Owner and Engineer and specific written verification or adaptation by Engineer. B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by Owner or Engineer to Contractor, or by Contractor to Owner or Engineer, that may be relied upon are limited to the printed copies (also known as hard copies). Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. Because data stored in electronic media format can deteriorate or be modified inadvertently or otherwise without authorization of the data's creator, the party receiving electronic files agrees that it will perform acceptance tests or procedures within 60 days, after which the receiving party shall be deemed to have accepted the data thus transferred. Any en-ors detected within the 60 -day acceptance period will be corrected by the transferring party. C. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 10 of 62 2.04 Starting the Work A. Contractor shall start to perform the Work on the date when the Contract Times commence to run. No Work shall be done at the Site prior to the date on which the Contract Times commence to run. 2.05 Before Starting Construction A. Preliminary Schedules: Within 10 days after the Effective Date of the Agreement (unless otherwise specified in the General Requirements), Contractor shall submit to Engineer for timely review: 1. a preliminary Progress Schedule indicating the times (numbers of days or dates) for starting and completing the various stages of the Work, including any Milestones specified in the Contract Documents; 2. a preliminary Schedule of Submittals; and 3. a preliminary Schedule of Values for all of the Work which includes quantities and prices of items which when added together equal the Contract Price and subdivides the Work into component parts in sufficient detail to serve as the basis for progress payments during performance of the Work. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work. 2.06 Preconstruction Conference; Designation of Authorized Representatives A. Before any Work at the Site is started, a conference attended by Owner, Contractor, Engineer, and others as appropriate will be held to establish a working understanding among the parties as to the Work and to discuss the schedules referred to in Paragraph 2.05.A, procedures for handling Shop Drawings and other submittals, processing Applications for Payment, and maintaining required records. B. At this conference Owner and Contractor each shall designate, in writing, a specific individual to act as its authorized representative with respect to the services and responsibilities under the Contract. Such individuals shall have the authority to transmit instructions, receive information, render decisions relative to the Contract, and otherwise act on behalf of each respective party. 2.07 Initial Acceptance of Schedules A. At least 10 days before submission of the first Application for Payment a conference attended by Contractor, Engineer, and others as appropriate will be held to review for acceptability to Engineer as provided below the schedules submitted in accordance with Paragraph 2.05.A. Contractor shall have an additional 10 days to make corrections and adjustments and to complete and resubmit the schedules. No progress payment shall be made to Contractor until acceptable schedules are submitted to Engineer. 1. The Progress Schedule will be acceptable to Engineer if it provides an orderly progression of the Work to completion within the Contract Times. Such acceptance will not impose on EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Pagel of 62 Engineer responsibility for the Progress Schedule, for sequencing, scheduling, or progress of the Work, nor interfere with or relieve Contractor from Contractor's full responsibility therefor. 2. Contractor's Schedule of Submittals will be acceptable to Engineer if it provides a workable arrangement for reviewing and processing the required submittals. 3. Contractor's Schedule of Values will be acceptable to Engineer as to form and substance if it provides a reasonable allocation of the Contract Price to component parts of the Work. ARTICLE 3 — CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to Owner. C. Clarifications and interpretations of the Contract Documents shall be issued by Engineer as provided in Article 9. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of Owner, Contractor, or Engineer, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to Owner, Engineer, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 8 of 62 ARTICLE 4 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. Owner shall furnish the Site. Owner shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. Owner will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. If Contractor and Owner are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times, or both, as a result of any delay in Owner's furnishing the Site or a part thereof, Contractor may make a Claim therefor as provided in Paragraph 10.05. B. Upon reasonable written request, Owner shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed and Owner's interest therein as necessary for giving notice of or filing a mechanic's or construction lien against such lands in accordance with applicable Laws and Regulations. C. Contractor shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to Owner of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to Owner of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data," Contractor may not rely upon or make any claim against Owner or Engineer, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 11 of 62 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.16.A), notify Owner and Engineer in writing about such condition. Contractor shall not further disturb such condition or perfonn any Work in connection therewith (except as aforesaid) until receipt of written order to do so. B. Engineer's Review: After receipt of written notice as required by Paragraph 4.03.A, Engineer will promptly review the pertinent condition, determine the necessity of Owner's obtaining additional exploration or tests with respect thereto, and advise Owner in writing (with a copy to Contractor) of Engineer's findings and conclusions. C. Possible Price and Times Adjustments: 1. The Contract Price or the Contract Times, or both, will be equitably adjusted to the extent that the existence of such differing subsurface or physical condition causes an increase or decrease in Contractor's cost of, or time required for, perforinance of the Work; subject, however, to the following: a. such condition must meet any one or more of the categories described in Paragraph 4.03.A; and b. with respect to Work that is paid for on a unit price basis, any adjustment in Contract Price will be subject to the provisions of Paragraphs 9.07 and 11.03. 2. Contractor shall not be entitled to any adjustment in the Contract Price or Contract Times if: a. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to Owner with respect to Contract Price and Contract Times by the submission of a Bid or becoming bound under a negotiated contract; or b. the existence of such condition could reasonably have been discovered or revealed as a result of any examination, investigation, exploration, test, or study of the Site and EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 12 of 62 contiguous areas required by the Bidding Requirements or Contract Documents to be conducted by or for Contractor prior to Contractor's making such final commitment; or c. Contractor failed to give the written notice as required by Paragraph 4.03.A. 3. If Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times, or both, a Claim may be made therefor as provided in Paragraph 10.05. However, neither Owner or Engineer, or any of their officers, directors, ]members, partners, employees, agents, consultants, or subcontractors shall be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to Owner or Engineer by the owners of such Underground Facilities, including Owner, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. Owner and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination of the Work with the owners of such Underground Facilities, including Owner, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If an Underground Facility is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.16.A), identify the owner of such Underground Facility and give written notice to that owner and to Owner and Engineer. Engineer will promptly review the Underground Facility and determine the extent, if any, to which a change is required in the Contract Documents to reflect and document the EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 13 of 62 consequences of the existence or location of the Underground Facility. During such time, Contractor shall be responsible for the safety and protection of such Underground Facility. 2. If Engineer concludes that a change in the Contract Documents is required, a Work Change Directive or a Change Order will be issued to reflect and document such consequences. An equitable adjustment shall be made in the Contract Price or Contract Times, or both, to the extent that they are attributable to the existence or location of any Underground Facility that was not shown or indicated or not shown or indicated with reasonable accuracy in the Contract Documents and that Contractor did not know of and could not reasonably have been expected to be aware of or to have anticipated. If Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any such adjustment in Contract Price or Contract Times, Owner or Contractor may make a Claim therefor as provided in Paragraph 10.05. 4.05 Reference Points A. Owner shall provide engineering surveys to establish reference points for construction which in Engineer's judgment are necessary to enable Contractor to proceed with the Work. Contractor shall be responsible for laying out the Work, shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations without the prior written approval of Owner. Contractor shall report to Engineer whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations, and shall be responsible for the accurate replacement or relocation of such reference points or property monuments by professionally qualified personnel. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to Owner relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data," Contractor may not rely upon or make any claim against Owner or Engineer, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 14 of 62 C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.16.A); and (iii) notify Owner and Engineer (and promptly thereafter confirm such notice in writing). Owner shall promptly consult with Engineer concerning the necessity for Owner to retain a qualified expert to evaluate such condition or take corrective action, if any. Promptly after consulting with Engineer, Owner shall take such actions as are necessary to permit Owner to timely obtain required pennits and provide Contractor the written notice required by Paragraph 4.06.E. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after Owner has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered safe for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed safely. If Owner and Contractor cannot agree as to entitlement to or on the amount or extent, if any, of any adjustment in Contract Price or Contract Times, or both, as a result of such Work stoppage or such special conditions under which Work is agreed to be resumed by Contractor, either party may make a Claim therefor as provided in Paragraph 10.05. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then Owner may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. If Owner and Contractor cannot agree as to entitlement to or on the amount or extent, if any, of an adjustment in Contract Price or Contract Times as a result of deleting such portion of the Work, then either party may make a Claim therefor as provided in Paragraph 10.05. Owner may have such deleted portion of the Work performed by Owner's own forces or others in accordance with Article 7. G. To the fullest extent pennitted by Laws and Regulations, Owner shall indemnify and hold hannless Contractor, Subcontractors, and Engineer, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition, provided that such Hazardous Environmental Condition: (i) was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be included within the scope of the Work, and (ii) was not created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Owner to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 15 of 62 H. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.H shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. I. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. ARTICLE 5 — BONDS AND INSURANCE 5.01 Per formance, Payment, and Other Bonds A. Contractor shall furnish performance and payment bonds, each in an amount at least equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. These bonds shall remain in effect until one year after the date when final payment becomes due or until completion of the correction period specified in Paragraph 13.07, whichever is later, except as provided otherwise by Laws or Regulations or by the Contract Documents. Contractor shall also furnish such other bonds as are required by the Contract Documents. B. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a certified copy of that individual's authority to bind the surety. The evidence of authority shall show that it is effective on the date the agent or attorney -in -fact signed each bond. C. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of Paragraph 5.01.B, Contractor shall promptly notify Owner and Engineer and shall, within 20 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01.B and 5.02. 5.02 Licensed Sureties and Insurers A. All bonds and insurance required by the Contract Documents to be purchased and maintained by Owner or Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the jurisdiction in which the Project is located to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 16 of 62 meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.03 Certificates of Insurance A. Contractor shall deliver to Owner, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by Owner or any other additional insured) which Contractor is required to purchase and maintain. B. Owner shall deliver to Contractor, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by Contractor or any other additional insured) which Owner is required to purchase and maintain. C. Failure of Owner to demand such certificates or other evidence of Contractor's full compliance with these insurance requirements or failure of Owner to identify a deficiency in compliance from the evidence provided shall not be construed as a waiver of Contractor's obligation to maintain such insurance. D. Owner does not represent that insurance coverage and limits established in this Contract necessarily will be adequate to protect Contractor. E. The insurance and insurance limits required herein shall not be deemed as a limitation on Contractor's liability under the indemnities granted to Owner in the Contract Documents. 5.04 Contractor's Insurance A. Contractor shall purchase and maintain such insurance as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's perfonnance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be perfon-ned by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees; 3. claims for damages because of bodily injury, sickness or disease, or death of any person other than Contractor's employees; 4. claims for damages insured by reasonably available personal injury liability coverage which are sustained: EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 17 of 62 a. by any person as a result of an offense directly or indirectly related to the employment of such person by Contractor, or b. by any other person for any other reason; 5. claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including loss of use resulting therefrom; and 6. claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. B. The policies of insurance required by this Paragraph 5.04 shall: 1. with respect to insurance required by Paragraphs 5.04.A.3 through 5.04.A.6 inclusive, be written on an occurrence basis, include as additional insureds (subject to any customary exclusion regarding professional liability) Owner and Engineer, and any other individuals or entities identified in the Supplementary Conditions, all of whom shall be listed as additional insureds, and include coverage for the respective officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of all such additional insureds, and the insurance afforded to these additional insureds shall provide primary coverage for all claims covered thereby; 2. include at least the specific coverages and be written for not less than the limits of liability provided in the Supplementary Conditions or required by Laws or Regulations, whichever is greater; 3. include contractual liability insurance covering Contractor's indemnity obligations under Paragraphs 6.11 and 6.20; 4. contain a provision or endorsement that the coverage afforded will not be canceled, materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each other additional insured identified in the Supplementary Conditions to whom a certificate of insurance has been issued (and the certificates of insurance furnished by the Contractor pursuant to Paragraph 5.03 will so provide); 5. remain in effect at least until final payment and at all times thereafter when Contractor may be correcting, removing, or replacing defective Work in accordance with Paragraph 13.07; and 6. include completed operations coverage: a. Such insurance shall remain in effect for two years after final payment. b. Contractor shall furnish Owner and each other additional insured identified in the Supplementary Conditions, to whom a certificate of insurance has been issued, evidence satisfactory to Owner and any such additional insured of continuation of such insurance at final payment and one year thereafter. EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 18 of 62 5.05 Owner's Liability Insurance A. In addition to the insurance required to be provided by Contractor under Paragraph 5.04, Owner, at Owner's option, may purchase and maintain at Owner's expense Owner's own liability insurance as will protect Owner against claims which may arise from operations under the Contract Documents. 5.06 Property Insurance A. Unless otherwise provided in the Supplementary Conditions, Owner shall purchase and maintain property insurance upon the Work at the Site in the amount of the full replacement cost thereof (subject to such deductible amounts as may be provided in the Supplementary Conditions or required by Laws and Regulations). This insurance shall: 1. include the interests of Owner, Contractor, Subcontractors, and Engineer, and any other individuals or entities identified in the Supplementary Conditions, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them, each of whom is deemed to have an insurable interest and shall be listed as a loss payee; 2. be written on a Builder's Risk "all -risk" policy form that shall at ]east include insurance for physical loss or damage to the Work, temporary buildings, falsework, and materials and equipment in transit, and shall insure against at least the following perils or causes of loss: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforcement of Laws and Regulations, water damage (other than that caused by flood), and such other perils or causes of loss as may be specifically required by the Supplementary Conditions. 3. include expenses incurred in the repair or replacement of any insured property (including but not limited to fees and charges of engineers and architects); 4. cover materials and equipment stored at the Site or at another location that was agreed to in writing by Owner prior to being incorporated in the Work, provided that such materials and equipment have been included in an Application for Payment recommended by Engineer; 5. allow for partial utilization of the Work by Owner; 6. include testing and startup; and 7. be maintained in effect until final payment is made unless otherwise agreed to in writing by Owner, Contractor, and Engineer with 30 days written notice to each other loss payee to whom a certificate of insurance has been issued. B. Owner shall purchase and maintain such equipment breakdown insurance or additional property insurance as may be required by the Supplementary Conditions or Laws and Regulations which will include the interests of Owner, Contractor, Subcontractors, and Engineer, and any other individuals or entities identified in the Supplementary Conditions, and the officers, directors, EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 19 of 62 members, partners, employees, agents, consultants and subcontractors of each and any of them, each of whom is deemed to have an insurable interest and shall be listed as a loss payee. C. All the policies of insurance (and the certificates or other evidence thereof) required to be purchased and maintained in accordance with this Paragraph 5.06 will contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each other loss payee to whom a certificate of insurance has been issued and will contain waiver provisions in accordance with Paragraph 5.07. D. Owner shall not be responsible for purchasing and maintaining any property insurance specified in this Paragraph 5.06 to protect the interests of Contractor, Subcontractors, or others in the Work to the extent of any deductible amounts that are identified in the Supplementary Conditions. The risk of loss within such identified deductible amount will be borne by Contractor, Subcontractors, or others suffering any such loss, and if any of them wishes property insurance coverage within the limits of such amounts, each may purchase and maintain it at the purchaser's own expense. E. If Contractor requests in writing that other special insurance be included in the property insurance policies provided under this Paragraph 5.06, Owner shall, if possible, include such insurance, and the cost thereof will be charged to Contractor by appropriate Change Order. Prior to commencement of the Work at the Site, Owner shall in writing advise Contractor whether or not such other insurance has been procured by Owner. 5.07 Waiver of Rights A. Owner and Contractor intend that all policies purchased in accordance with Paragraph 5.06 will protect Owner, Contractor, Subcontractors, and Engineer, and all other individuals or entities identified in the Supplementary Conditions as loss payees (and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them) in such policies and will provide primary coverage for all losses and damages caused by the perils or causes of loss covered thereby. All such policies shall contain provisions to the effect that in the event of payment of any loss or damage the insurers will have no rights of recovery against any of the insureds or loss payees thereunder. Owner and Contractor waive all rights against each other and their respective officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them for all losses and damages caused by, arising out of or resulting from any of the perils or causes of loss covered by such policies and any other property insurance applicable to the Work; and, in addition, waive all such rights against Subcontractors and Engineer, and all other individuals or entities identified in the Supplementary Conditions as loss payees (and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them) under such policies for losses and damages so caused. None of the above waivers shall extend to the rights that any party making such waiver may have to the proceeds of insurance held by Owner as trustee or otherwise payable under any policy so issued. B. Owner waives all rights against Contractor, Subcontractors, and Engineer, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them for: EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. AB rights reserved. Page 20 of 62 1. loss due to business interruption, loss of use, or other consequential loss extending beyond direct physical loss or damage to Owner's property or the Work caused by, arising out of, or resulting from fire or other perils whether or not insured by Owner; and 2. loss or damage to the completed Project or part thereof caused by, arising out of, or resulting from fire or other insured peril or cause of loss covered by any property insurance maintained on the completed Project or part thereof by Owner during partial utilization pursuant to Paragraph 14.05, after Substantial Completion pursuant to Paragraph 14.04, or after final payment pursuant to Paragraph 14.07. C. Any insurance policy maintained by Owner covering any loss, damage or consequential loss referred to in Paragraph 5.07.B shall contain provisions to the effect that in the event of payment of any such loss, damage, or consequential loss, the insurers will have no rights of recovery against Contractor, Subcontractors, or Engineer, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them. 5.08 Receipt and Application of Insurance Proceeds A. Any insured loss under the policies of insurance required by Paragraph 5.06 will be adjusted with Owner and made payable to Owner as fiduciary for the loss payees, as their interests may appear, subject to the requirements of any applicable mortgage clause and of Paragraph 5.08.B. Owner shall deposit in a separate account any money so received and shall distribute it in accordance with such agreement as the parties in interest may reach. If no other special agreement is reached, the damaged Work shall be repaired or replaced, the moneys so received applied on account thereof, and the Work and the cost thereof covered by an appropriate Change Order. B. Owner as fiduciary shall have power to adjust and settle any loss with the insurers unless one of the parties in interest shall object in writing within 15 days after the occurrence of loss to Owner's exercise of this power. If such objection be made, Owner as fiduciary shall make settlement with the insurers in accordance with such agreement as the parties in interest may reach. If no such agreement among the parties in interest is reached, Owner as fiduciary shall adjust and settle the loss with the insurers and, if required in writing by any party in interest, Owner as fiduciary shall give bond for the proper performance of such duties. 5.09 Acceptance of Bonds and Insurance; Option to Replace A. If either Owner or Contractor has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the other party in accordance with Article 5 on the basis of non - conformance with the Contract Documents, the objecting party shall so notify the other party in writing within 10 days after receipt of the certificates (or other evidence requested) required by Paragraph 2.01.B. Owner and Contractor shall each provide to the other such additional information in respect of insurance provided as the other may reasonably request. If either party does not purchase or maintain all of the bonds and insurance required of such party by the Contract Documents, such party shall notify the other party in writing of such failure to purchase prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. Without prejudice to any other right or remedy, the other party may elect to obtain equivalent bonds or insurance to protect such other party's EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 21 of 62 interests at the expense of the party who was required to provide such coverage, and a Change Order shall be issued to adjust the Contract Price accordingly. 5.10 Partial Utilization, Acknowledgment of Property Insurer A. If Owner finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph 14.05, no such use or occupancy shall commence before the insurers providing the property insurance pursuant to Paragraph 5.06 have acknowledged notice thereof and in writing effected any changes in coverage necessitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be canceled or permitted to lapse on account of any such partial use or occupancy. ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. Contractor shall not be responsible for the negligence of Owner or Engineer in the design or specification of a specific means, method, technique, sequence, or procedure of construction which is shown or indicated in and expressly required by the Contract Documents. B. At all times during the progress of the Work, Contractor shall assign a competent resident superintendent who shall not be replaced without written notice to Owner and Engineer except under extraordinary circumstances. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to survey and lay out the Work and perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as othervvise stated in the Contract Documents, all Work at the Site shall be performed during regular working hours. Contractor will not permit the performance of Work on a Saturday, Sunday, or any legal holiday without Owner's written consent (which will not be unreasonably withheld) given after prior written notice to Engineer. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, testing, start-up, and completion of the Work. EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 22 of 62 B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of Owner. If required by Engineer, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. C. All materials and equipment shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 6.04 Progress Schedule A. Contractor shall adhere to the Progress Schedule established in accordance with Paragraph 2.07 as it may be adjusted from time to time as provided below. 1. Contractor shall submit to Engineer for acceptance (to the extent indicated in Paragraph 2.07) proposed adjustments in the Progress Schedule that will not result in changing the Contract Times. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Proposed adjustments in the Progress Schedule that will change the Contract Times shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Times may only be made by a Change Order. 6.05 Substitutes and "Or- Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or- equal" item or no substitution is permitted, other items of material or equipment or material or equipment of other Suppliers may be submitted to Engineer for review under the circumstances described below. 1. "Or- Equal" Items: If in Engineer's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by Engineer as an "or- equal" item, in which case review and approval of the proposed item may, in Engineer's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. in the exercise of reasonable judgment Engineer determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 23 of 62 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service. b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the Owner or increase in Contract Times; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in Engineer's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or- equal" item under Paragraph 6.05.A.1, it will be considered a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow Engineer to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by Engineer from anyone other than Contractor. c. The requirements for review by Engineer will be as set forth in Paragraph 6.05.A.2.d, as supplemented by the General Requirements, and as Engineer may decide is appropriate under the circumstances. d. Contractor shall make written application to Engineer for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design, b) be similar in substance to that specified, and c) be suited to the same use as that specified; 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of Substantial Completion on time, b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with Owner for other work on the Project) to adapt the design to the proposed substitute item, and EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 24 of 62 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; 3) will identify: a) all variations of the proposed substitute item from that specified, and b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by Engineer. Contractor shall submit sufficient information to allow Engineer, in Engineer's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. The requirements for review by Engineer will be similar to those provided in Paragraph 6.05.A.2. C. Engineer's Evaluation: Engineer will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B. Engineer may require Contractor to furnish additional data about the proposed substitute item. Engineer will be the sole judge of acceptability. No "or equal" or substitute will be ordered, installed or utilized until Engineer's review is complete, which will be evidenced by a Change Order in the case of a substitute and an approved Shop Drawing for an "or equal." Engineer will advise Contractor in writing of any negative determination. D. Special Guarantee: Owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. E. Engineer's Cost Reimbursement: Engineer will record Engineer's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.B. Whether or not Engineer approves a substitute so proposed or submitted by Contractor, Contractor shall reimburse Owner for the reasonable charges of Engineer for evaluating each such proposed substitute. Contractor shall also reimburse Owner for the reasonable charges of Engineer for making changes in the Contract Documents (or in the provisions of any other direct contract with Owner) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or- equal" at Contractor's expense. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity (including those acceptable to Owner as indicated in Paragraph 6.06.B), whether initially or as a replacement, against whom Owner may have reasonable objection. Contractor shall not be EJCDC C -700 Standard General Conditions of the ConstructioniContract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 25 of 62 required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection. B. If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers, or other individuals or entities to be submitted to Owner in advance for acceptance by Owner by a specified date prior to the Effective Date of the Agreement, and if Contractor has submitted a list thereof in accordance with the Supplementary Conditions, Owner's acceptance (either in writing or by failing to make written objection thereto by the date indicated for acceptance or objection in the Bidding Documents or the Contract Documents) of any such Subcontractor, Supplier, or other individual or entity so identified may be revoked on the basis of reasonable objection after due investigation. Contractor shall submit an acceptable replacement for the rejected Subcontractor, Supplier, or other individual or entity, and the Contract Price will be adjusted by the difference in the cost occasioned by such replacement, and an appropriate Change Order will be issued. No acceptance by Owner of any such Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, shall constitute a waiver of any right of Owner or Engineer to reject defective Work. C. Contractor shall be fully responsible to Owner and Engineer for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between Owner or Engineer and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of Owner or Engineer to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. D. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. E. Contractor shall require all Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work to communicate with Engineer through Contractor. F. The divisions and sections of the Specifications and the identifications of any Drawings shall not control Contractor in dividing the Work among Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. G. All Work perfonned for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terns and conditions of the Contract Documents for the benefit of Owner and Engineer. Whenever any such agreement is with a Subcontractor or Supplier who is listed as a loss payee on the property insurance provided in Paragraph 5.06, the agreement between the Contractor and the Subcontractor or Supplier will contain provisions whereby the Subcontractor or Supplier waives all rights against Owner, EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 26 of 62 Contractor, Engineer, and all other individuals or entities identified in the Supplementary Conditions to be listed as insureds or loss payees (and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them) for all losses and damages caused by, arising out of, relating to, or resulting from any of the perils or causes of loss covered by such policies and any other property insurance applicable to the Work. If the insurers on any such policies require separate waiver forms to be signed by any Subcontractor or Supplier, Contractor will obtain the same. 6.07 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of Owner or Engineer, its use is subject to patent rights or copyrights calling for, the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by Owner in the Contract Documents. B. To the fullest extent permitted by Laws and Regulations, Owner shall indemnify and hold hannless Contractor, and its officers, directors, members, partners, employees, agents, consultants, and subcontractors from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals, and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device specified in the Contract Documents, but not identified as being subject to payment of any license fee or royalty to others required by patent rights or copyrights. C. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.08 Permits A. Unless otherwise provided in the Supplementary Conditions, Contractor shall obtain and pay for all construction pen-nits and licenses. Owner shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement. Owner shall pay all charges of utility owners for connections for providing permanent service to the Work. EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 27 of 62 6.09 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither Owner nor Engineer shall be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.03. C. Changes in Laws or Regulations not known at the time of opening of Bids (or, on the Effective Date of the Agreement if there were no Bids) having an effect on the cost or time of perfonnance of the Work shall be the subject of an adjustment in Contract Price or Contract Times. If Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any such adjustment, a Claim may be made therefor as provided in Paragraph 10.05. 6.10 Taxes A. Contractor shall pay all sales, consumer, use, and other similar taxes required to be paid by Contractor in accordance with the Laws and Regulations of the place of the Project which are applicable during the performance of the Work. 6.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. Should any claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly settle with such other party by negotiation or otherwise resolve the claim by arbitration or other dispute resolution proceeding or at law. 3. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any claim or action, legal or equitable, brought EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 28 of 62 by any such owner or occupant against Owner, Engineer, or any other party indemnified hereunder to the extent caused by or based upon Contractor's performance of the Work. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Cleaning: Prior to Substantial Completion of the Work Contractor shall clean the Site and the Work and make it ready for utilization by Owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition all property not designated for alteration by the Contract Documents. D. Loading Structures: Contractor shall not load nor pen-nit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.12 Record Documents A. Contractor shall maintain in a safe place at the Site one record copy of all Drawings, Specifications, Addenda, Change Orders, Work Change Directives, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all approved Shop Drawings will be available to Engineer for reference. Upon completion of the Work, these record documents, Samples, and Shop Drawings will be delivered to Engineer for Owner. 6.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 29 of 62 shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of Owner's safety programs, if any. The Supplementary Conditions identify any Owner's safety programs that are applicable to the Work. D. Contractor shall inform Owner and Engineer of the specific requirements of Contractor's safety program with which Owner's and Engineer's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.13.A.2 or 6.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of Owner or Engineer or anyone employed by any of them, or anyone for whose acts any of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of Contractor or any Subcontractor, Supplier, or other individual or entity directly or indirectly employed by any of them). F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and Engineer has issued a notice to Owner and Contractor in accordance with Paragraph 14.07.B that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). 6.14 Safety Representative A. Contractor shall designate a qualified and experienced safety representative at the Site whose duties and responsibilities shall be the prevention of accidents and the maintaining and supervising of safety precautions and programs. 6.15 Hazard Communication Programs A. Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers at the Site in accordance with Laws or Regulations. 6.16 Emergencies A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give Engineer prompt written notice if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If Engineer detennines that a change in the Contract Documents is EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 30 of 62 required because of the action taken by Contractor in response to such an emergency, a Work Change Directive or Change Order will be issued. 6.17 Shop Drawings and Samples A. Contractor shall submit Shop Drawings and Samples to Engineer for review and approval in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as Engineer may require. 1. Shop Drawings: a. Submit number of copies specified in the General Requirements. b. Data shown on the Shop Drawings will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show Engineer the services, materials, and equipment Contractor proposes to provide and to enable Engineer to review the information for the limited purposes required by Paragraph 6.17.D. 2. Samples: a. Submit number of Samples specified in the Specifications. b. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as Engineer may require to enable Engineer to review the submittal for the limited purposes required by Paragraph 6.17.D. B. Where a Shop Drawing or Sample is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to Engineer's review and approval of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. Submittal Procedures: 1. Before submitting each Shop Drawing or Sample, Contractor shall have: a. reviewed and coordinated each Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents; b. determined and verified all field measurements, quantities, dimensions, specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information with respect thereto; c. determined and verified the suitability of all materials offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and d. determined and verified all information relative to Contractor's responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 31 of 62 2. Each submittal shall bear a stamp or specific written certification that Contractor has satisfied Contractor's obligations under the Contract Documents with respect to Contractor's review and approval of that submittal. 3. With each submittal, Contractor shall give Engineer specific written notice of any variations that the Shop Drawing or Sample may have from the requirements of the Contract Documents. This notice shall be both a written communication separate from the Shop Drawings or Sample submittal; and, in addition, by a specific notation made on each Shop Drawing or Sample submitted to Engineer for review and approval of each such variation. D. Engineer 's Review: 1. Engineer will provide timely review of Shop Drawings and Samples in accordance with the Schedule of Submittals acceptable to Engineer. Engineer's review and approval will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. Engineer's review and approval will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. 3. Engineer's review and approval shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Paragraph 6.17.C.3 and Engineer has given written approval of each such variation by specific written notation thereof incorporated in or accompanying the Shop Drawing or Sample. Engineer's review and approval shall not relieve Contractor from responsibility for complying with the requirements of Paragraph 6.17.C.1. E. Resubmittal Procedures: 1. Contractor shall make corrections required by Engineer and shall return the required number of corrected copies of Shop Drawings and submit, as required, new Samples for review and approval. Contractor shall direct specific attention in writing to revisions other than the corrections called for by Engineer on previous submittals. 6.18 Continuing the Work A. Contractor shall carry on the Work and adhere to the Progress Schedule during all disputes or disagreements with Owner. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as permitted by Paragraph 15.04 or as Owner and Contractor may otherwise agree in writing. EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 32 of 62 6.19 Contractors General Warranty and Guarantee A. Contractor warrants and guarantees to Owner that all Work will be in accordance with the Contract Documents and will not be defective. Engineer and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by Engineer; 2. recommendation by Engineer or payment by Owner of any progress or final payment; 3. the issuance of a certificate of Substantial Completion by Engineer or any payment related thereto by Owner; 4. use or occupancy of the Work or any part thereof by Owner; 5. any review and approval of a Shop Drawing or Sample submittal or the issuance of a notice of acceptability by Engineer; 6. any inspection, test, or approval by others; or 7. any correction of defective Work by Owner. 6.20 Indemnification A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to the performance of the Work, provided that any such claim, cost, loss, or damage is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property (other than the Work itself), including the loss of use resulting therefrom but only to the extent caused by any negligent act or omission of Contractor, any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to perform any of the Work or anyone for whose acts any of them may be liable . EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 33 of 62 B. In any and all claims against Owner or Engineer or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors by any employee (or the survivor or personal representative of such employee) of Contractor, any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, the indemnification obligation under Paragraph 6.20.A shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefits payable by or for Contractor or any such Subcontractor, Supplier, or other individual or entity under workers' compensation acts, disability benefit acts, or other employee benefit acts. C. The indemnification obligations of Contractor under Paragraph 6.20.A shall not extend to the liability of Engineer and Engineer's officers, directors, members, partners, employees, agents, consultants and subcontractors arising out of: 1. the preparation or approval of, or the failure to prepare or approve maps, Drawings, opinions, reports, surveys, Change Orders, designs, or Specifications; or 2. giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage. 6.21 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. Contractor shall not be required to provide professional services in violation of applicable law. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, Owner and Engineer will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, Shop Drawings and other submittals prepared by such professional. Shop Drawings and other submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to Engineer. C. Owner and Engineer shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals perfonned by such design professionals, provided Owner and Engineer have specified to Contractor all performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.21, Engineer's review and approval of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. Engineer's review and approval of Shop Drawings and other submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.17.D.1. EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 34 of 62 E. Contractor shall not be responsible for the adequacy of the performance or design criteria required by the Contract Documents. ARTICLE 7 — OTHER WORK AT THE SITE 7.01 Related Work at Site A. Owner may perform other work related to the Project at the Site with Owner's employees, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then: 1. written notice thereof will be given to Contractor prior to starting any such other work; and 2. if Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times that should be allowed as a result of such other work, a Claim may be made therefor as provided in Paragraph 10.05. B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and Owner, if Owner is perfonning other work with Owner's employees, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of Engineer and the others whose work will be affected. The duties and responsibilities of Contractor under this Paragraph are for the benefit of such utility owners and other contractors - to- the extent that there are comparable provisions for the benefit of Contractor in said direct contracts between Owner and such utility owners and other contractors. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to Engineer in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects and deficiencies in such other work. 7.02 Coordination A. If Owner intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 35 of 62 B. Unless otherwise provided in the Supplementary Conditions, Owner shall have sole authority and responsibility for such coordination. 7.03 Legal Relationships A. Paragraphs 7.01.A and 7.02 are not applicable for utilities not under the control of Owner. B. Each other direct contract of Owner under Paragraph 7.01.A shall provide that the other contractor is liable to Owner and Contractor for the reasonable direct delay and disruption costs incurred by Contractor as a result of the other contractor's wrongful actions or inactions. C. Contractor shall be liable to Owner and any other contractor under direct contract to Owner for the reasonable direct delay and disruption costs incurred by such other contractor as a result of Contractor's wrongful action or inactions. ARTICLE 8 — OWNER'S RESPONSIBILITIES 8.01 Communications to Contractor A. Except as otherwise provided in these General Conditions, Owner shall issue all communications to Contractor through Engineer. 8.02 Replacement of Engineer A. In case of tennination of the employment of Engineer, Owner shall appoint an engineer to whom Contractor makes no reasonable objection, whose status under the Contract Documents shall be that of the former Engineer. 8.03 Furnish Data A. Owner shall promptly furnish the data required of Owner under the Contract Documents. 8.04 Pay When Due A. Owner shall make payments to Contractor when they are due as provided in Paragraphs 14.02.0 and 14.07.C. 8.05 Lands and Easements; Reports and Tests A. Owner's duties with respect to providing ]ands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to Owner's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at the Site. 8.06 Insurance A. Owner's responsibilities, if any, with respect to purchasing and maintaining liability and property insurance are set forth in Article 5. EJCDC C -700 Standard General Conditions of the Construction Contract Copyright O 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 36 of 62 8.07 Change Orders A. Owner is obligated to execute Change Orders as indicated in Paragraph 10.03. 8.08 Inspections, Tests, and Approvals A. Owner's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03.B. 8.09 Limitations on Owner's Responsibilities A. The Owner shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. Owner will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. 8.10 Undisclosed Hazardous Environmental Condition A. Owner's responsibility in respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.11 Evidence of Financial Arrangements A. Upon request of Contractor, Owner shall furnish Contractor reasonable evidence that financial arrangements have been made to satisfy Owner's obligations under the Contract Documents. 8.12 Compliance with Safety Program A. While at the Site, Owner's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which Owner has been informed pursuant to Paragraph 6.13.D. ARTICLE 9 — ENGINEER'S STATUS DURING CONSTRUCTION 9.01 Owner's Representative A. Engineer will be Owner's representative during the construction period. The duties and responsibilities and the limitations of authority of Engineer as Owner's representative during construction are set forth in the Contract Documents. 9.02 Visits to Site A. Engineer will make visits to the Site at intervals appropriate to the various stages of construction as Engineer deems necessary in order to observe as an experienced and qualified design professional the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, Engineer, for the benefit of Owner, will determine, in general, if the Work is proceeding in accordance with the Contract Documents. Engineer will not be required to make exhaustive or EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 37 of 62 continuous inspections on the Site to check the quality or quantity of the Work. Engineer's efforts will be directed toward providing for Owner a greater degree of confidence that the completed Work will conform generally to the Contract Documents. On the basis of such visits and observations, Engineer will keep Owner informed of the progress of the Work and will endeavor to guard Owner against defective Work. B. Engineer's visits and observations are subject to all the limitations on Engineer's authority and responsibility set forth in Paragraph 9.09. Particularly, but without limitation, during or as a result of Engineer's visits or observations of Contractor's Work, Engineer will not supervise, direct, control, or have authority over or be responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. 9.03 Project Representative A. If Owner and Engineer agree, Engineer will furnish a Resident Project Representative to assist Engineer in providing more extensive observation of the Work. The authority and responsibilities of any such Resident Project Representative and assistants will be as provided in the Supplementary Conditions, and limitations on the responsibilities thereof will be as provided in Paragraph 9.09. If Owner designates another representative or agent to represent Owner at the Site who is not Engineer's consultant, agent or employee, the responsibilities and authority and limitations thereon of such other individual or entity will be as provided in the Supplementary Conditions. 9.04 Authorized Variations in Work A. Engineer may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Times and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on Owner and also on Contractor, who shall perform the Work involved promptly. If Owner or Contractor believes that a Field Order justifies an adjustment in the Contract Price or Contract Times, or both, and the parties are unable to agree on entitlement to or on the amount or extent, if any, of any such adjustment, a Claim may be made therefor as provided in Paragraph 10.05. 9.05 Rejecting Defective Work A. Engineer will have authority to reject Work which Engineer believes to be defective, or that Engineer believes will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. Engineer will also have authority to require special inspection or testing of the Work as provided in Paragraph 13.04, whether or not the Work is fabricated, installed, or completed. EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 38 of 62 9.06 Shop Drawings, Change Orders and Payments A. In connection with Engineer's authority, and limitations thereof, as to Shop Drawings and Samples, see Paragraph 6.17. B. In connection with Engineer's authority, and limitations thereof, as to design calculations and design drawings submitted in response to a delegation of professional design services, if any, see Paragraph 6.21. C. In connection with Engineer's authority as to Change Orders, see Articles 10, 11, and 12. D. In connection with Engineer's authority as to Applications for Payment, see Article 14. 9.07 Determinations for Unit Price Work A. Engineer will determine the actual quantities and classifications of Unit Price Work performed by Contractor. Engineer will review with Contractor the Engineer's preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application for Payment or otherwise). Engineer's written decision thereon will be final and binding (except as modified by Engineer to reflect changed factual conditions or more accurate data) upon Owner and Contractor, subject to the provisions of Paragraph 10.05. 9.08 Decisions on Requirements of Contract Documents and Acceptability of Work A. Engineer will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. All matters in question and other matters between Owner and Contractor arising prior to the date final payment is due relating to the acceptability of the Work, and the interpretation of the requirements of the Contract Documents pertaining to the performance of the Work, will be referred initially to Engineer in writing within 30 days of the event giving rise to the question. B. Engineer will, with reasonable promptness, render a written decision on the issue referred. If Owner or Contractor believes that any such decision entitles them to an adjustment in the Contract Price or Contract Times or both, a Claim may be made under Paragraph 10.05. The date of Engineer's decision shall be the date of the event giving rise to the issues referenced for the purposes of Paragraph 10.05.B. C. Engineer's written decision on the issue referred will be final and binding on Owner and Contractor, subject to the provisions of Paragraph 10.05. D. When functioning as interpreter and judge under this Paragraph 9.08, Engineer will not show partiality to Owner or Contractor and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. 9.09 Limitations on Engineer's Authority and Responsibilities A. Neither Engineer's authority or responsibility under this Article 9 or under any other provision of the Contract Documents nor any decision made by Engineer in good faith either to exercise EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page39 of 62 or not exercise such authority or responsibility or the undertaking, exercise, or performance of any authority or responsibility by Engineer shall create, impose, or give rise to any duty in contract, tort, or otherwise owed by Engineer to Contractor, any Subcontractor, any Supplier, any other individual or entity, or to any surety for or employee or agent of any of them. B. Engineer will not supervise, direct, control, or have authority over or be responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. Engineer will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. C. Engineer will not be responsible for the acts or omissions of Contractor or of any Subcontractor, any Supplier, or of any other individual or entity performing any of the Work. D. Engineer's review of the final Application for Payment and accompanying documentation and all maintenance and operating instructions, schedules, guarantees, bonds, certificates of inspection, tests and approvals, and other documentation required to be delivered by Paragraph 14.07.A will only be to determine generally that their content complies with the requirements of, and in the case of certificates of inspections, tests, and approvals that the results certified indicate compliance with, the Contract Documents. E. The limitations upon authority and responsibility set forth in this Paragraph 9.09 shall also apply to the Resident Project Representative, if any, and assistants, if any. 9.10 Compliance with Safety Program A. While at the Site, Engineer's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which Engineer has been informed pursuant to Paragraph 6.13.D. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, Owner may, at any time or from time to time, order additions, deletions, or revisions in the Work by a Change Order, or a Work Change Directive. Upon receipt of any such document, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). B. If Owner and Contractor are unable to agree on entitlement to, or on the amount or extent, if any, of an adjustment in the Contract Price or Contract Tines, or both, that should be allowed as a result of a Work Change Directive, a Claim may be made therefor as provided in Paragraph 10.05. EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 40 of 62 10.02 Unauthorized Changes in the Work A. Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Times with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.16 or in the case of uncovering Work as provided in Paragraph 13.04.D. 10.03 Execution of Change Orders A. Owner and Contractor shall execute appropriate Change Orders recommended by Engineer covering: 1. changes in the Work which are: (i) ordered by Owner pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08.A or Owner's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Times which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed in accordance with a Work Change Directive; and 3. changes in the Contract Price or Contract Times which embody the substance of any written decision rendered by Engineer pursuant to Paragraph 10.05; provided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such appeal, Contractor shall carry on the Work and adhere to the Progress Schedule as provided in Paragraph 6.18.A. 10.04 Notification to Surety A. If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Times), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted to reflect the effect of any such change. 10.05 Claims A. Engineer's Decision Required: All Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the Engineer for decision. A decision by Engineer shall be required as a condition precedent to any exercise by Owner or Contractor of any rights or remedies either may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Claims. B. Notice: Written notice stating the general nature of each Claim shall be delivered by the claimant to Engineer and the other party to the Contract promptly (but in no event later than 30 days) after the start of the event giving rise thereto. The responsibility to substantiate a Claim shall rest with the party making the Claim. Notice of the amount or extent of the Claim, with supporting data EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 41 of 62 shall be delivered to the Engineer and the other party to the Contract within 60 days after the start of such event (unless Engineer allows additional time for claimant to submit additional or more accurate data in support of such Claim). A Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01.B. A Claim for an adjustment in Contract Times shall be prepared in accordance with the provisions of Paragraph 12.02.B. Each Claim shall be accompanied by claimant's written statement that the adjustment claimed is the entire adjustment to which the claimant believes it is entitled as a result of said event. The opposing party shall submit any response to Engineer and the claimant within 30 days after receipt of the claimant's last submittal (unless Engineer allows additional time). C. Engineer's Action: Engineer will review each Claim and, within 30 days after receipt of the last submittal of the claimant or the last submittal of the opposing party, if any, take one of the following actions in writing: 1. deny the Claim in whole or in part; 2. approve the Claim; or 3. notify the parties that the Engineer is unable to resolve the Claim if, in the Engineer's sole discretion, it would be inappropriate for the Engineer to do so. For purposes of further resolution of the Claim, such notice shall be deemed a denial. D. In the event that Engineer does not take action on a Claim within said 30 days, the Claim shall be deemed denied. E. Engineer's written action under Paragraph 10.05.0 or denial pursuant to Paragraphs 10.05.C.3 or 10.05.D will be final and binding upon Owner and Contractor, unless Owner or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. F. No Claim for an adjustment in Contract Price or Contract Times will be valid if not submitted in accordance with this Paragraph 10.05. ARTICLE 11— COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK 11.01 Cost of the Work A. Costs Included: The tern Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order or when a Claim for an adjustment in Contract Price is detennined on the basis of Cost of the Work, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work or because of the event giving rise to the Claim. Except as otherwise may be agreed to in writing by Owner, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall not include any of the costs itemized in Paragraph 11.01.B, and shall include only the following items: EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 42 of 62 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by Owner and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of perfonning Work outside of regular working hours, on Saturday, Sunday, or legal holidays, shall be included in the above to the extent authorized by Owner. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. All cash discounts shall accrue to Contractor unless Owner deposits funds with Contractor with which to make payments, in which case the cash discounts shall accrue to Owner. All trade discounts, rebates and refunds and returns from sale of surplus materials and equipment shall accrue to Owner, and Contractor shall make provisions so that they may be obtained. 3. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by Owner, Contractor shall obtain competitive bids from subcontractors acceptable to Owner and Contractor and shall deliver such bids to Owner, who will then determine, with the advice of Engineer, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 4. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. - 5. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by Owner with the advice of Engineer, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 43 of 62 said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. d. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable, as unposed by Laws and Regulations. e. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. f Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work (except losses and damages within the deductible amounts of property insurance established in accordance with Paragraph 5.06.D), provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of Owner. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. g. The cost of utilities, fuel, and sanitary facilities at the Site. h. Minor expenses such as telegrams, long distance telephone calls, telephone service at the Site, express and courier services, and similar petty cash items in connection with the Work. i. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.01.A.1 or specifically covered by Paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 44 of 62 limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in Paragraphs 11.01.A. C. Contractor's Fee: When all the Work is perfonned on the basis of cost -plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order or when a Claim for an adjustment in Contract Price is determined on the basis of Cost, of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to Engineer an itemized cost breakdown together with supporting data. 11.02 Allowances A. It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to Owner and Engineer. B. Cash Allowances: 1. Contractor agrees that: a. the cash allowances include the cost to Contractor (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other - expenses contemplated for the cash allowances have been included in the Contract Price and not in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: 1. Contractor agrees that a contingency allowance, if any, is for the sole use of Owner to cover unanticipated costs. D. Prior to final payment, an appropriate Change Order will be issued as recommended by Engineer to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 45 of 62 the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Ageement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by Engineer subject to the provisions of Paragaph 9.07. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. D. Owner or Contractor may make a Claim for an adjustment in the Contract Price in accordance with Paragaph 10.05 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work; and 3. Contractor believes that Contractor is entitled to an increase in Contract Price as a result of having incurred additional expense or Owner believes that Owner is entitled to a decrease in Contract Price and the parties are unable to agree as to the amount of any such increase or decrease. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. Any Claim for an adjustment in the Contract Price shall be based on written notice submitted by the party making the Claim to the Engineer and the other party to the Contract in accordance with the provisions of Paragraph 10.05. B. The value of any Work covered by a Change Order or of any Claim for an adjustment in the Contract Price will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2); or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum is not reached under Paragraph 12.01.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.C). EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. M rights reserved. Page 46 of 62 C. Contractor's Fee: The Contractor's fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.01.A.1 and 11.01.A.2, the Contractor's fee shall be 15 percent; b. for costs incurred under Paragraph 11.01.A.3, the Contractor's fee shall be five percent; c. where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent of the amount paid to the next lower tier Subcontractor; d. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.4, 11.01.A.5, and 11.01.B; e. the amount of credit to be allowed by Contractor to Owner for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent of such net decrease; and f. when both additions and credits are involved in any one change, the adjustment in Contractor's fee shall be computed on the basis of the net change in accordance with Paragraphs 12.01.C.2.a through 12.01.C.2.e, inclusive. 12.02 Change of Contract Times A. The Contract Times may only be changed by a Change Order. Any Claim for an adjustment in the Contract Times shall be based on written notice submitted by the party making the Claim to the Engineer and the other party to the Contract in accordance with the provisions of Paragraph 10.05. B. Any adjustment of the Contract Times covered by a Change Order or any Claim for an adjustment in the Contract Times will be detennined in accordance with the provisions of this Article 12. 12.03 Delays A. Where Contractor is prevented from completing any part of the Work within the Contract Times due to delay beyond the control of Contractor, the Contract Times will be extended in an amount equal to the time lost due to such delay if a Claim is made therefor as provided in Paragraph 12.02.A. Delays beyond the control of Contractor shall include, but not be limited to, acts or EJCDC C-'700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 47 of 62 neglect by Owner, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. B. If Owner, Engineer, or other contractors or utility owners performing other work for Owner as contemplated by Article 7, or anyone for whom Owner is responsible, delays, disrupts, or interferes with the performance or progress of the Work, then Contractor shall be entitled to an equitable adjustment in the Contract Price or the Contract Times, or both. Contractor's entitlement to an adjustment of the Contract Times is conditioned on such adjustment being essential to Contractor's ability to complete the Work within the Contract Times. C. If Contractor is delayed in the performance or progress of the Work by fire, flood, epidemic, abnormal weather conditions, acts of God, acts or failures to act of utility owners not under the control of Owner, or other causes not the fault of and beyond control of Owner and Contractor, then Contractor shall be entitled to an equitable adjustment in Contract Times, if such adjustment is essential to Contractor's ability to complete the Work within the Contract Times. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph 12.03.C. D. Owner, Engineer, and their officers, directors, members, partners, employees, agents, consultants, or subcontractors shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. E. Contractor shall not be entitled to an adjustment in Contract Price or Contract Times for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects A. Prompt notice of all defective Work of which Owner or Engineer has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work A. Owner, Engineer, their consultants and other representatives and personnel of Owner, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 48 of 62 13.03 Tests and Inspections A. Contractor shall give Engineer timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. Owner shall employ and pay for the services of an independent testing laboratory to perform all inspections, tests, or approvals required by the Contract Documents except: 1. for inspections, tests, or approvals covered by Paragraphs 13.03.0 and 13.03.D below; 2. that costs incurred in connection with tests or inspections conducted pursuant to Paragraph 13.04.B shall be paid as provided in Paragraph 13.04.C; and 3. as otherwise specifically provided in the Contract Documents. C. If Laws or Regulations of any public body having jurisdiction require any Work (or part thereof) specifically to be inspected, tested, or approved by an employee or other representative of such public body, Contractor shall assume full responsibility for arranging and obtaining such inspections, tests, or approvals, pay all costs in connection therewith, and furnish Engineer the required certificates of inspection or approval. D. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, or approvals required for Owner's and Engineer's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, or approvals shall be performed by organizations acceptable to Owner and Engineer. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of Engineer, Contractor shall, if requested by Engineer, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense unless Contractor has given Engineer timely notice of Contractor's intention to cover the same and Engineer has not acted with reasonable promptness in response to such notice. 13.04 Uncovering Work A. If any Work is covered contrary to the written request of Engineer, it must, if requested by Engineer, be uncovered for Engineer's observation and replaced at Contractor's expense. B. If Engineer considers it necessary or advisable that covered Work be observed by Engineer or inspected or tested by others, Contractor, at Engineer's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as Engineer may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 49 of 62 C. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); and Owner shall be entitled to an appropriate decrease in the Contract Price. If the parties are unable to agree as to the amount thereof, Owner may make a Claim therefor as provided in Paragraph 10.05. D. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Times, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. If the parties are unable to agree as to the amount or extent thereof, Contractor may make a Claim therefor as provided in Paragraph 10.05. 13.05 Owner May Stop the Work A. If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, Owner may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of Owner to stop the Work shall not give rise to any duty on the part of Owner to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work, whether or not fabricated, installed, or completed, or, if the Work has been rejected by Engineer, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). B. When correcting defective Work under the teens of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair Owner's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within one year after the date of Substantial Completion (or such longer period of time as may be prescribed by the terns of any applicable special guarantee required by the Contract Documents) or by any specific provision of the Contract Documents, any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by Owner or permitted by Laws and Regulations as contemplated in Paragraph 6.11.A is found to be defective, Contractor shall promptly, without cost to Owner and in accordance with Owner's written instructions: EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 50 of 62 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by Owner, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of Owner's written instructions, or in an emergency where delay would cause serious risk of loss or damage, Owner may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Specifications. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work will be extended for an additional period of one year after such correction or removal and replacement has been satisfactorily completed. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work A. If, instead of requiring correction or removal and replacement of defective Work, Owner (and, prior to Engineer's recommendation of final payment, Engineer) prefers to accept it, Owner may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) attributable to Owner's evaluation of and determination to accept such defective Work (such costs to be approved by Engineer as to reasonableness) and for the diminished value of the Work to the extent not otherwise paid by Contractor pursuant to this sentence. If any such acceptance occurs prior to Engineer's recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and Owner shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. If the parties are unable to agree as to the amount thereof, Owner may make a Claim therefor as provided in Paragraph 10.05. If the acceptance occurs after such recommendation, an appropriate amount will be paid by Contractor to Owner. EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 200'7 National Society of Professional Engineers for EJCDC. All rights reserved. Page 51 of 62 13.09 Owner May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from Engineer to correct defective Work, or to remove and replace rejected Work as required by Engineer in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, Owner may, after seven days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, Owner shall proceed expeditiously. In connection with such corrective or remedial action, Owner may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, take possession of Contractor's tools, appliances, construction equipment and machinery at the Site, and incorporate in the Work all materials and equipment stored at the Site or for which Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner, Owner's representatives, agents and employees, Owner's other contractors, and Engineer and Engineer's consultants access to the Site to enable Owner to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) incurred or sustained by Owner in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and Owner shall be entitled to an appropriate decrease in the Contract Price. If the parties are unable to agree as to the amount of the adjustment, Owner may make a Claim therefor as provided in Paragraph 10.05. Such claims, costs, losses and damages will include but not be limited to all costs of repair, or replacement of work of others destroyed or damaged by correction, removal, or replacement of Contractor's defective Work. D. Contractor shall not be allowed an extension of the Contract Times because of any delay in the performance of the Work attributable to the exercise by Owner of Owner's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values A. The Schedule of Values established as provided in Paragraph 2.07.A will serve as the basis for progress payments and will be incorporated into a fonn of Application for Payment acceptable to Engineer. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. At least 20 days before the date established in the Agreement for each progress payment (but not more often than once a month), Contractor shall submit to Engineer for review an EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 52 of 62 Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that Owner has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate property insurance or other arrangements to protect Owner's interest therein, all of which must be satisfactory to Owner. 2. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that all previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 3. The amount of retainage with respect to progress payments will be as stipulated in the Agreement. B. Review of Applications: 1. Engineer will, within 10 days after receipt of each Application for Payment, either indicate in writing a recommendation of payment and present the Application to Owner or return the Application to Contractor indicating in writing Engineer's reasons for refusing to recommend payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. Engineer's recommendation of any payment requested in an Application for Payment will constitute a representation by Engineer to Owner, based on Engineer's observations of the executed Work as an experienced and qualified design professional, and on Engineer's review of the Application for Payment and the accompanying data and schedules, that to the best of Engineer's knowledge, information and belief: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Unit Price Work under Paragraph 9.07, and any other qualifications stated in the recommendation); and c. the conditions precedent to Contractor's being entitled to such payment appear to have been fulfilled in so far as it is Engineer's responsibility to observe the Work. 3. By recommending any such payment Engineer will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 53 of 62 involved detailed inspections of the Work beyond the responsibilities specifically assigned to Engineer in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by Owner or entitle Owner to withhold payment to Contractor. 4. Neither Engineer's review of Contractor's Work for the purposes of recommending payments nor Engineer's recommendation of any payment, including final payment, will impose responsibility on Engineer: a. to supervise, direct, or control the Work, or b. for the means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or c. for Contractor's failure to comply with Laws and Regulations applicable to Contractor's performance of the Work, or d. to make any examination to ascertain how or for what purposes Contractor has used the moneys paid on account of the Contract Price, or e. to determine that title to any of the Work, materials, or equipment has passed to Owner free and clear of any Liens. 5. Engineer may refuse to recommend the whole or any part of any payment if, in Engineer's opinion, it would be incorrect to make the representations to Owner stated in Paragraph 14.02.B.2. Engineer may also refuse to recommend any such payment or, because of subsequently discovered evidence or the results of subsequent inspections or tests, revise or revoke any such payment recommendation previously made, to such extent as may be necessary in Engineer's opinion to protect Owner from loss because: a. the Work is defective, or completed Work has been damaged, requiring correction or replacement; b. the Contract Price has been reduced by Change Orders; c. Owner has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or d. Engineer has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Payment Becomes Due: 1. Ten days after presentation of the Application for Payment to Owner with Engineer's recommendation, the amount recommended will (subject to the provisions of Paragraph 14.02.D) become due, and when due will be paid by Owner to Contractor. EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 54 of 62 D. Reduction in Payment: 1. Owner may refuse to make payment of the full amount recommended by Engineer because: a. claims have been made against Owner on account of Contractor's performance or furnishing of the Work; b. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to Owner to secure the satisfaction and discharge of such Liens; c. there are other items entitling Owner to a set -off against the amount recommended; or d. Owner has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.5.a through 14.02.B.5.c or Paragraph 15.02.A. 2. If Owner refuses to make payment of the full amount recommended by Engineer, Owner will give Contractor immediate written notice (with a copy to Engineer) stating the reasons for such action and promptly pay Contractor any amount remaining after deduction of the amount so withheld. Owner shall promptly pay Contractor the amount so withheld, or any adjustment thereto agreed to by Owner and Contractor, when Contractor remedies the reasons for such action. 3. Upon a subsequent determination that Owner's refusal of payment was not justified, the amount wrongfully withheld shall be treated as an amount due as determined by Paragraph 14.02.C.1 and subject to interest as provided in the Agreement. 14.03 Contractor 's Warranty of Title A. Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to Owner no later than the time of payment free and clear of all Liens. 14.04 Substantial Completion A. When Contractor considers the entire Work ready for its intended use Contractor shall notify Owner and Engineer in writing that the entire Work is substantially complete (except for items specifically listed by Contractor as incomplete) and request that Engineer issue a certificate of Substantial Completion. B. Promptly after Contractor's notification, Owner, Contractor, and Engineer shall make an inspection of the Work to determine the status of completion. If Engineer does not consider the Work substantially complete, Engineer will notify Contractor in writing giving the reasons therefor. C. If Engineer considers the Work substantially complete, Engineer will deliver to Owner a tentative certificate of Substantial Completion which shall fix the date of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected before EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 55 of 62 final payment. Owner shall have seven days after receipt of the tentative certificate during which to make written objection to Engineer as to any provisions of the certificate or attached list. If, after considering such objections, Engineer concludes that the Work is not substantially complete, Engineer will, within 14 days after submission of the tentative certificate to Owner, notify Contractor in writing, stating the reasons therefor. If, after consideration of Owner's objections, Engineer considers the Work substantially complete, Engineer will, within said 14 days, execute and deliver to Owner and Contractor a definitive certificate of Substantial Completion (with a revised tentative list of items to be completed or corrected) reflecting such changes from the tentative certificate as Engineer believes justified after consideration of any objections from Owner. D. At the time of delivery of the tentative certificate of Substantial Completion, Engineer will deliver to Owner and Contractor a written recommendation as to division of responsibilities pending final payment between Owner and Contractor with respect to security, operation, safety, and protection of the Work, maintenance, heat, utilities, insurance, and warranties and guarantees. Unless Owner and Contractor agree otherwise in writing and so inform Engineer in writing prior to Engineer's issuing the definitive certificate of Substantial Completion, Engineer's aforesaid recommendation will be binding on Owner and Contractor until final payment. E. Owner shall have the right to exclude Contractor from the Site after the date of Substantial Completion subject to allowing Contractor reasonable access to remove its property and complete or correct items on the tentative list. 14.05 Partial Utilization A. Prior to Substantial Completion of all the Work, Owner may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which Owner, Engineer, and Contractor agree constitutes a separately functioning and usable part of the Work that can be used by Owner for its intended purpose without significant interference with Contractor's performance of the remainder of the Work, subject to the following conditions: 1. Owner at any time may request Contractor in writing to pen-nit Owner to use or occupy any such part of the Work which Owner believes to be ready for its intended use and substantially complete. If and when Contractor agrees that such part of the Work is substantially complete, Contractor, Owner, and Engineer will follow the procedures of Paragraph 14.04.A through D for that part of the Work. 2. Contractor at any time may notify Owner and Engineer in writing that Contractor considers any such part of the Work ready for its intended use and substantially complete and request Engineer to issue a certificate of Substantial Completion for that part of the Work. 3. Within a reasonable time after either such request, Owner, Contractor, and Engineer shall make an inspection of that part of the Work to determine its status of completion. If Engineer does not consider that part of the Work to be substantially complete, Engineer will notify Owner and Contractor in writing giving the reasons therefor. If Engineer considers that part of the Work to be substantially complete, the provisions of Paragraph 14.04 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 56 of 62 4. No use or occupancy or separate operation of part of the Work may occur prior to compliance with the requirements of Paragraph 5.10 regarding property insurance. 14.06 Final Inspection A. Upon written notice from Contractor that the entire Work or an agreed portion thereof is complete, Engineer will promptly make a final inspection with Owner and Contractor and will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 14.07 Final Payment A. Application for Payment: 1. After Contractor has, in the opinion of Engineer, satisfactorily completed all corrections identified during the final inspection and has delivered, in accordance with the Contract Documents, all maintenance and operating instructions, schedules, guarantees, bonds, certificates or other evidence of insurance, certificates of inspection, marked -up record documents (as provided in Paragraph 6.12), and other documents, Contractor may make application for final payment following the procedure for progress payments. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.04.B.6; b. of the surety, if any, to final payment; c. a list of all Claims against Owner that Contractor believes are unsettled; and d. complete and legally effective releases or waivers (satisfactory to Owner) of all Lien rights arising out of or Liens filed in connection with the Work. 3. In lieu of the releases or waivers of Liens specified in Paragraph 14.07.A.2 and as approved by Owner, Contractor may fumish receipts or releases in full and an affidavit of Contractor that: (i) the releases and receipts include all labor, services, material, and equipment for which a Lien could be filed; and (ii) all payrolls, material and equipment bills, and other indebtedness connected with the Work for which Owner might in any way be responsible, or which might in any way result in liens or other burdens on Owner's property, have been paid or otherwise satisfied. If any Subcontractor or Supplier fails to furnish such a release or receipt in full, Contractor may furnish a bond or other collateral satisfactory to Owner to indemnify Owner against any Lien. B. Engineer's Review of Application and Acceptance: 1. If, on the basis of Engineer's observation of the Work during construction and final inspection, and Engineer's review of the final Application for Payment and accompanying EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page57 of 62 documentation as required by the Contract Documents, Engineer is satisfied that the Work has been completed and Contractor's other obligations under the Contract Documents have been fulfilled, Engineer will, within ten days after receipt of the final Application for Payment, indicate in writing Engineer's recommendation of payment and present the Application for Payment to Owner for payment. At the same time Engineer will also give written notice to Owner and Contractor that the Work is acceptable subject to the provisions of Paragraph 14.09. Otherwise, Engineer will return the Application for Payment to Contractor, indicating in writing the reasons for refusing to recommend final payment, in which case Contractor shall make the necessary corrections and resubmit the Application for Payment. C. Payment Becomes Due: 1. Thirty days after the presentation to Owner of the Application for Payment and accompanying documentation, the amount recommended by Engineer, less any sum Owner is entitled to set off against Engineer's recommendation, including but not limited to liquidated damages, will become due and will be paid by Owner to Contractor. 14.08 Final Completion Delayed A. If, through no fault of Contractor, final completion of the Work is significantly delayed, and if Engineer so confirms, Owner shall, upon receipt of Contractor's final Application for Payment (for Work fully completed and accepted) and recommendation of Engineer, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by Owner for Work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if bonds have been furnished as required in Paragraph 5.01, the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by Contractor to Engineer with the Application for such payment. Such payment shall be made under the terns and conditions governing final payment, except that it shall not constitute a waiver of Claims. 14.09 Waiver of Claims A. The making and acceptance of final payment will constitute: 1. a waiver of all Claims by Owner against Contractor, except Claims arising from unsettled Liens, from defective Work appearing after final inspection pursuant to Paragraph 14.06, from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, or from Contractor's continuing obligations under the Contract Documents; and 2. a waiver of all Claims by Contractor against Owner other than those previously made in accordance with the requirements herein and expressly acknowledged by Owner in writing as still unsettled. EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page5S of 62 ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION 15.01 Owner May Suspend Work A. At any time and without cause, Owner may suspend the Work or any portion thereof for a period of not more than 90 consecutive days by notice in writing to Contractor and Engineer which will fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. Contractor shall be granted an adjustment in the Contract Price or an extension of the Contract Times, or both, directly attributable to any such suspension if Contractor makes a Claim therefor as provided in Paragraph 10.05. 15.02 Owner May Terminate for Cause A. The occurrence of any one or more of the following events will justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the Progress Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of Engineer; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents. B. If one or more of the events identified in Paragraph 15.02.A occur, Owner may, after giving Contractor (and surety) seven days written notice of its intent to terminate the services of Contractor: 1. exclude Contractor from the Site, and take possession of the Work and of all Contractor's tools, appliances, construction equipment, and machinery at the Site, and use the same to the full extent they could be used by Contractor (without liability to Contractor for trespass or conversion); 2. incorporate in the Work all materials and equipment stored at the Site or for which Owner has paid Contractor but which are stored elsewhere; and 3. complete the Work as Owner may deem expedient. C. If Owner proceeds as provided in Paragraph 15.02.B, Contractor shall not be entitled to receive any further payment until the Work is completed. If the unpaid balance of the Contract Price exceeds all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Owner arising out of or relating to completing the Work, such excess will be paid to Contractor. If such claims, costs, losses, and damages exceed such unpaid balance, Contractor shall pay the difference to Owner. Such claims, costs, losses, and damages incurred by Owner will be reviewed by Engineer as to their reasonableness and, when EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 59 of 62 so approved by Engineer, incorporated in a Change Order. When exercising any rights or remedies under this Paragraph, Owner shall not be required to obtain the lowest price for the Work performed. D. Notwithstanding Paragraphs 15.02.B and 15.02.C, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. E. Where Contractor's services have been so terminated by Owner, the termination will not affect any rights or remedies of Owner against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by Owner will not release Contractor from liability. F. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.01.A, the termination procedures of that bond shall supersede the provisions of Paragraphs 15.02.B and 15.02.C. 15.03 Owner May Terminate For Convenience A. Upon seven days written notice to Contractor and Engineer, Owner may, without cause and without prejudice to any other right or remedy of Owner, terminate the Contract. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; 3. all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) incurred in settlement of terminated contracts with Subcontractors, Suppliers, and others; and 4. reasonable expenses directly attributable to termination. B. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such tenmination. 15.04 Contractor May Stop Work or Terminate A. If, through no act or fault of Contractor, (i) the Work is suspended for more than 90 consecutive days by Owner or under an order of court or other public authority, or (ii) Engineer fails to act on any Application for Payment within 30 days after it is submitted, or (iii) Owner fails for 30 days EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 60 of 62 to pay Contractor any sum finally determined to be due, then Contractor may, upon seven days written notice to Owner and Engineer, and provided Owner or Engineer do not remedy such suspension or failure within that time, tenninate the Contract and recover from Owner payment on the same terns as provided in Paragraph 15.03. B. In lieu of terminating the Contract and without prejudice to any other right or remedy, if Engineer has failed to act on an Application for Payment within 30 days after it is submitted, or Owner has failed for 30 days to pay Contractor any sum finally determined to be due, Contractor may, seven days after written notice to Owner and Engineer, stop the Work until payment is made of all such amounts due Contractor, including interest thereon. The provisions of this Paragraph 15.04 are not intended to preclude Contractor from making a Claim under Paragraph 10.05 for an adjustment in Contract Price or Contract Times or otherwise for expenses or damage directly attributable to Contractor's stopping the Work as permitted by this Paragraph. ARTICLE 16 — DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either Owner or Contractor may request mediation of any Claim submitted to Engineer for a decision under Paragraph 10.05 before such decision becomes final and binding. The mediation will be governed by the Construction Industry Mediation Rules of the American Arbitration Association in effect as of the Effective Date of the Agreement. The request for mediation shall be submitted in writing to the American Arbitration Association and the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.05.E. B. Owner and Contractor shall participate in the mediation process in good faith. The process shall be concluded within 60 days of filing of the request. The date of termination of the mediation shall be determined by application of the mediation rules referenced above. C. If the Claim is not resolved by mediation, Engineer's action under Paragraph 10.05.0 or a denial pursuant to Paragraphs 10.05.C.3 or 10.05.D shall become final and binding 30 days after termination of the mediation unless, within that time period, Owner or Contractor: 1. elects in writing to invoke any dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Claim to a court of competent jurisdiction. ARTICLE 17 — MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 61 of 62 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. 17.02 Computation of Times A. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. 17.03 Cumulative Remedies A. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 17.04 Survival of Obligations A. All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Controlling Law A. This Contract is to be governed by the law of the state in which the Project is located. 17.06 Headings A. Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. EJCDC C -700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 62 of 62 SECTION 01002 SPECIAL CONDITIONS 1. COMMENCEMENT AND COMPLETION OF WORK: The Contractor shall commence work under this contract within10 calendar days after notice to proceed and shall diligently prosecute said work so as to complete the entire project and place it in use within 150 calendar days after notice to proceed. 2. SCOPE OF THE WORK: The work to be done hereunder includes the furnishing of all necessary machinery, equipment, tools, labor and other construction means, and all materials and equipment required to perform all work as set forth and called for by the Plans and Specifications and including the placing of the entire project into satisfactory operation. 3. LOCATION: The work under this Contract will be located on Tybee Island, Chatham County, Georgia as shown on the Plans. 4. EXTENSION OF TIME AND FAILURE TO COMPLETE ON TIME: Any and all extensions of time shall be in accordance with the General Conditions, except as otherwise hereinafter provided. Failure to complete the Project on or before the stipulated completion date will result in the assessment of liquidated damages; such damages shall include the cost of engineering, inspection and testing, together with any fines or penalties incurred by the Owner in the amount stated in the Proposal. 5. SANITARY REGULATIONS: The Contractor shall provide adequate sanitary conveniences for use of those employed on the work and their use shall be strictly enforced. Such conveniences shall be made available when the first employees arrive on the site and shall be removed after the departure of the last employees from the job. The facilities shall be maintained at such points and in such manner as approved, and the Engineer shall have the right to inspect such facilities to determine whether or not sanitary requirements have been complied with. 6. ENVIRONMENTAL IMPACT: The Contractor shall conduct all his operations so as to minimize, to the greatest extent possible, adverse environmental impact. 01002 -1 a) Noise. All equipment and machinery shall be provided with exhaust mufflers maintained in good working order so as to reduce operating noise to minimum levels. In addition, operation of equipment and machinery shall be limited to daylight hours, except with the permission of the Engineer, based on critical need for the operation. b) Dust /Smoke. All equipment movements shall be accompanied by a minimum of dust. Traveled surfaces and earthwork shall be maintained in a moist condition to avoid the generation of dust or the airborne movement of particulate matter under all prevailing atmospheric conditions. c) Traffic. Trucks carrying spoil, fill, concrete or other material shall be routed over roads which will result in the least effect on traffic and nuisance to the public. All material shall be loaded in a manner which will preclude the loss of any portion of the load in transit, including covering, if necessary. d) Siltation. All points of concentrated runoff from rainfall shall be visually monitored to determine that no eroded material from the construction site is leaving the Owner's property. Measures shall be taken to promptly eliminate such a deposition if occurring, including the installation of detention basins. 7. STORAGE OF MATERIALS: The Contractor shall arrange his plant and store his materials as compactly as practicable at points convenient for the Contractor and which do not damage the work or interfere with the operation of the existing plant or with free access to all parts of the site and to utility installations. Materials shall be so stored as to facilitate inspection and to insure preservation of their quality and fitness for use. They shall be placed on wooden platforms or other clean surfaces and not on the ground and shall be placed under cover. 8. CONSTRUCTION STAKING: The Engineer will provide benchmarks and baselines for horizontal and vertical control at the site of the work. From the baselines and benchmarks established by the Engineer, the Contractor shall complete the layout of the work and shall be responsible for all measurements that may be required for the execution of the work prescribed in the specifications or on the Contract Plans, subject to such modifications as may be required to meet changed conditions or as a result of necessary modifications to the contract work. The Contractor shall exercise proper and reasonable care in verifying figures shown on the Drawings before laying out the Work and will be responsible for any error resulting from his failure to exercise such care. 01002 -2 The Contractor shall furnish, at his own expense, all such stakes, spikes, steel pins, templates, platforms, equipment, instruments, tools and material and all labor including instrumentmen, rodmen, chainmen, etc., as may be required in laying out any part of the work from the baselines and benchmarks established by the Engineer. It shall be the responsibility of the Contractor to maintain and preserve all stakes and other marks established by the Engineer until authorized to remove them, and if such marks are destroyed by the Contractor or through his negligence prior to their authorized removal, they may be replaced by the Engineer at his discretion, and the expense of replacement will be deducted from any amounts due or to become due the Contractor. All survey data shall be recorded in accordance with standard and approved methods. All field notes, sketches, records and computations made by the Contractor in laying out the work shall be available at all times during the progress of the work for the ready examination by the Engineer or his duly authorized representative. The Engineer may make original and final surveys and make computations to determine the quantities of work performed or finally in place, if required. The Contractor shall make such surveys and computations as are necessary to determine the quantities of work performed or placed during each period for which a progress payment is to be made. All original field notes, computations and other records, or facsimile copies thereof, taken by the Contractor for the purpose of construction and for progress surveys, shall be furnished promptly to the representative of the Engineer for permanent records and for determining the proper amount of progress payments due to the Contractor. Unless waived in each specific case, quantity surveys made by the Contractor shall be made during the presence of a representative of the Engineer. The Engineer may make checks as the work progresses to verify lines and grades established by the Contractor and to determine the conformance of the completed work as it progresses with the requirements of Contract Specifications and Plans. Such checking by the Engineer or his representative shall not relieve the Contractor of his responsibility to perform all work in accordance with the Contract Plans and Specifications and the lines and grades given therein. In the event that location marks as established by the Contractor are found to be inaccurate or inadequate, work shall be suspended until corrections have been made. No separate payment will be made for the costs involved in the survey work, layout work or staking performed by the Contractor. All such costs will be considered as incidental to the Contract. 9. UTILITIES: Utilities such as sewer, water and electric lines encountered in the work shall be protected from injury and maintained in service until moved or replaced as required under this Contract or by others as the case may be, or abandoned lines as may be necessary for the proper construction and use of the new work. 01002 -3 10. ADJUSTMENT OF DISCREPANCIES: In all cases of discrepancies between the various dimensions and details shown on drawings, or between the drawings and these specifications, the more expensive construction shall be estimated before construction is started, the matter shall be submitted to the Engineer for clarification. Without such a decision, discrepancies shall be adjusted by the Contractor at his own risk and in settlement of any complications arising from such adjustment, the Contractor shall bear all of the extra expense involved. 11. TESTING: Testing shall be conducted as required in the various sections of these specifications, in accordance with the following: a) Laboratory Tests. Laboratory tests shall be conducted and test reports submitted where this type of test is specified. All laboratory tests shall be made by a reputable independent laboratory. These tests shall be performed in accordance with ASTM Standards, if specified, or other applicable standards if no reference is included. The Contractor shall arrange for all tests of preliminary samples of materials and mixtures, in order to determine suitability of source and for initial design mixes of concrete. The cost of these preliminary tests shall be included in the lump sum price of the contract and no additional payment will be made. Routine tests of materials incorporated into the project will be performed by an independent testing laboratory. Samples shall be provided by the Contractor. The Contractor will pay for all concrete cylinder tests and preliminary tests to determine initial design mixes. Soils tests for gradation, moisture content and density will be paid for by the Contractor and will be included in the price for the appropriate item in the Bid Proposal for the number of tests specified in the technical sections of this Specification. b) Field Tests. Field tests of mechanical and electrical equipment, piping systems, electrical systems, control systems, ventilation systems, heating systems, water mains, pressure mains, sewers, drains, and similar facilities shall be conducted where this type of test is specified. Field tests include determination of performance, capacity, efficiency, function, tightness, leakage or other special requirements. These tests shall be performed in accordance with applicable standards and test codes. 01002 -4 No work shall be done upon the foundations or any other part of a structure of which the design or construction is dependent upon the design of equipment or other features for which review is required until such review has been completed. Six (6) copies (unless otherwise specified) of all shop or working drawings shall be submitted to the Engineer through the Contractor. Only drawings which have been checked and corrected by the material fabricator shall be submitted. The Contractor shall be responsible for the prompt submission of all shop or working drawings so that there shall be no delay to the work due to the absence of such drawings. Additional prints or drawings shall be furnished as required. The review of shop and working drawings, etc., will be general and shall not relieve the Contractor from the responsibility for details of design, dimensions, etc., necessary for proper fitting and construction of the work required by the contract. The Contractor shall furnish prints of all construction drawings in duplicate to the Engineer, who will retain one set and return the other, having marked thereon such changes as he may suggest. Examination, suggestions and review by the Engineer of drawings or other data submitted to him pursuant to the provisions of this paragraph shall relate only to the apparent fitness of the items thus explained as an aid in producing the general result which is the purposed of the contract. The Engineer's examination, suggestions and review will not be directed, and shall not be understood to relate to the strength, adequacy or sufficiency of such things, which are and will remain solely the responsibility of the Contractor. At the completion of all construction and subsequent modifications, the Contractor shall prepare and deliver to the Engineer six copies of all previously submitted preliminary and shop drawings, each modified to include all subsequent additions and revisions that were made during construction. These said six copies will be identified as AS- BUILT SHOP DRAWINGS. The Contractor shall furnish the Engineer, during the progress of the work, as many prints of all construction drawings as may be required for construction purposes. The Contractor shall not order any material until the submitted detail drawings have been reviewed. If the Contractor departs from this procedure for his own convenience, such departure shall be at his own risk and expense, if any. The Contractor shall also give the Engineer notice, stating the quantity of material ordered and the location of the mill and shop where the material will be rolled and fabricated. 15. RESTORATION: The Contractor shall conduct his operations so that restoration of roadways, driveways, curb and gutter, ditches and easements progresses along with the work. If the Engineer determines that inadequate progress is being made with the restoration, he may shut down the Contractor's pipe laying operation until the restoration is caught up with the pipe installation. Reasonable care shall be taken during construction to avoid damage to vegetation. Ornamental shrubbery and tree branches shall be temporarily tied back, where appropriate, to 01002 -7 minimize damage. Trees which receive damage to branches shall be trimmed to those branches to improve the appearance of the tree. Tree trunks receiving damage from equipment shall be treated with a tree dressing. 16. EXISTING UTILITIES: All known utility facilities are shown schematically on the plans and are not necessarily accurate in location as to plan or elevation. Utilities such as service lines or unknown facilities not shown on the plans will not relieve the Contractor of his responsibility under this requirement except as noted below. "Existing Utility Facilities" means any utility that exists on the project in its original, relocated or newly installed position. The Contractor shall contact all owners of utilities including gas companies, electric companies, telephone companies, cable television companies and governmental units prior to starting any excavation on the project and shall request that they locate and mark their respective facilities. The Contractor will not be held responsible for the cost of repairs to damaged underground facilities, other than service lines from the street mains to abutting property, when such facilities are not shown on the plans or the utility does not properly locate its lines and their existence is unknown to the Contractor prior to damages occurring, provided that the Engineer determines that the Contractor has otherwise fully complied with the Specifications. Payment for the cost of repairs will be as defined in Article 4 of the General Conditions. 17. DELAY AND EXTENSION OF TIME: If the Contractor is delayed at any time in the progress of the work by an act of neglect of the Owner or his employees or by any other Contractor employed by the Owner, or by changes ordered in the work, or by strikes, lockouts, fire, unusual delay in transportation, unavoidable casualties or any cause beyond the Contractor's control, or by any cause which the Engineer shall decide to justify the delay, then the time for completion shall be extended for such reasonable time as the Engineer may decide. Delays resulting from site conditions unforeseen by the Owner and Contractor, errors, or omissions in the Plans or Specifications, such omissions lines not shown or incorrectly shown, and which cause an interruption in the orderly progress of the work, while awaiting a decision for change in the work, relocation of the utility or other corrective action by persons other than the Contractor's forces shall be justification for an extension of the Contract time except where the total elapsed time resulting from such delay is less than four hours. Delays exceeding four hours in length shall result in an extension of a minimum of one day. Time extensions will not be granted, however, in cases where the Contractor is able, without undue hardship, to shift his work crew to other productive work on the same project, in the same general work area. Nothing herein shall relieve the Contractor from making reasonable and careful investigation of site conditions. 01002 -8 Field tests shall be set up and accomplished by the Contractor who shall provide all tools, equipment, instruments, personnel and other facilities required for the satisfactory completion of each test. The cost of field tests shall be included in the unit price for the appropriate item in the Bid Schedule and no additional payment will be made for field testing. 12. REFERENCE STANDARDS: Reference to the standards of any technical society, organization, or association, or to codes of local or state authorities, shall mean the latest standard, code, specification, or tentative standard adopted and published at the date of taking bids, unless specifically stated otherwise. 13. PROJECT MANAGEMENT: The Contractor shall schedule and coordinate the work of the Contractor and all subcontractors and others involved to maintain the accepted progress schedule. His duties shall also include the planning of the work, the scheduling of ordering and delivery of materials, and checking and control of all work under this Contract. Construction schedules shall be submitted to the Engineer for review prior to the start of any work. Schedules shall be verified or updated as necessary on a monthly basis. The Contractor shall be responsible for complete supervision and control of his subcontractors as though they were his own forces. Notice to the Contractor shall be considered notice to all affected subcontractors. The Contractor shall appoint a qualified representative to act as the Project Coordinator, or Superintendent, who shall be responsible for coordinating all work and providing liaison with the Engineer and the Owner. The Project Coordinator or Superintendent shall, in addition, plan the work, schedule the ordering and delivery of materials, and check and control the various phases of the construction of all work under this Contract. The Project Coordinator or Superintendent shall, in all matters, represent the Contractor at the sites of the work in the absence of a Corporate Officer or Principal of the firm. The Project Coordinator or Superintendent shall not be changed unless the project Coordinator or Superintendent proves to be unsatisfactory to the Contractor and ceases to be in his employ. 14. SHOP /WORKING AND CONSTRUCTION DRAWING - SUBMITTALS : The Contractor shall submit to the Engineer a complete schedule of data on materials and equipment to be incorporated in the work. Submittals shall be supported by descriptive material, such as catalogs, cuts, diagrams, performance curves and charts published by the manufacturer, to show conformance to specification and drawings requirements; model numbers alone shall not be acceptable. 01002 -5 Each individual submittal item for materials and equipment shall be marked to show Specification Section and paragraph number which pertains to the item. The purpose of shop drawing submittals is to demonstrate to the Engineer that the Contractor understands the design concept. The Engineer's review of such drawings, schedules, or cuts shall not relieve the Contractor from responsibility for deviation from drawings or Specifications unless he has, in writing, called the Engineer's attention to such deviation at the time of submission, and has received from the Engineer, in writing, permission for such deviations. Shop drawings shall be stamped by the Engineer with the following classifications: 1) No Exceptions Taken. No corrections, no marks. Contractor shall submit copies for distribution. 2) Make Corrections Noted. A few minor corrections. Items may be ordered as marked up without further resubmission. Submit corrected copies for distribution. 3) Amend and Resubmit. Minor corrections. Item may be ordered at the Contractor's option. Contractor shall resubmit drawings with corrections noted. 4) Rejected- Resubmit. Major corrections or not in accordance with the Contract Documents. No items shall be ordered. Contractor shall correct and resubmit drawings. Corrections to shop drawings shall not relieve the Contractor from the obligation to complete the project within the time allowed by the Contract Documents. The Contractor shall submit shop or working drawings of concrete reinforcement, structural details, piping layout, wiring, materials fabricated especially for this project, materials for which drawings are specifically requested, and equipment. The Contractor shall also submit structural shop drawing, computations and construction procedures for jacking pits, sheeted trenches and cofferdams to be used in construction. Such drawings shall show the principal dimensions, the weight, structural and operating features, space required, clearances, etc., depending on the subjects of the drawing. When it is customary so to do, or when the dimensions are of particular importance, the drawings shall be certified by the manufacturer as correct for this project. No material shall be purchased or fabricated for equipment or other features until the Engineer has reviewed the shop or working drawings. All materials and work involved in the construction shall then be represented by said drawings. 01002 -6 Remobilization - In the event conditions arise as set forth above that necessitate a Contractor to move his work force away from the job site, he will after notice from the Engineer, have five days to remobilize his work force. Time charges will resume when the work force returns or at the end of five days, whichever is sooner. Notice of such delay shall be made in writing to the Engineer not more than thirty days after occurrence of such delay. Otherwise, no extension will be granted during the life of the Contract for such delay. 18. MAINTENANCE DURING CONSTRUCTION: The Contractor shall maintain the work from the beginning of construction operations until final acceptance of the project. This maintenance shall constitute continuous and effective work prosecuted day by day with adequate equipment and forces to the end that the site and structures thereon are kept in satisfactory condition at all times, including satisfactory signing or marking as appropriate and control of traffic where required by use of traffic control devices as required by the State in which this project is located. Upon completion of the work, the Contractor shall remove all construction signs and barriers before final acceptance of the Project. While undergoing improvements, the roads shall, to the extent possible, be kept open to all traffic by the Contractor. If roadways must be closed for construction purposes, the Contractor shall be responsible for coordinating the closure with Tybee Island authorities and for providing all measures necessary to enforce the closure and to give adequate advance notice to the roadway users. The Contractor shall keep the portion of the Project being used by public traffic, whether it be through or local traffic, in such condition that traffic will be adequately accommodated. The Contractor shall bear all cost of signs and markings as required and other maintenance work during construction and before the Project is accepted and of constructing and maintaining such approaches, crossings, intersections, and other features as may be necessary without direct compensation. 19. FAILURE TO MAINTAIN ROADWAYS AND STRUCTURES: If, at any time, the Contractor fails to properly maintain roadways and structures, the Engineer will immediately notify the Contractor of such non - compliance. If the Contractor fails to remedy the unsatisfactory maintenance within 48 hours after receipt of such notice, the Engineer may immediately arrange for maintenance of the work, and the entire cost of this maintenance will be deducted from monies due or to become due the Contractor under the Contract. As an alternative to the Engineer's maintaining the work, all the items and quantities of work done, but not properly maintained, maybe deducted from the current progress estimate, even if such items have been paid for in a previous estimate. 20. FLAGGING TRAFFIC: Competent, courteous, and neat flagmen shall be provided and available at all times when required. A sufficient number of flagmen shall be provided to stop traffic, advise the public of delays occasioned, and keep traffic in their respective lanes along the project. Red flags, not less 01002 -9 than 24 inches by 24 inches and mounted on a staff at least 36 inches long may be substituted for paddles in emergency situations only. Flagmen will wear high visibility colored hat and vest while flagging. 21. BARRICADES, DANGER, WARNING & DETOUR SIGNS: The Contractor shall provide, erect, and maintain all necessary barricades, suitable and sufficient lights, danger signals, signs and other traffic control devices, and shall take all necessary precautions for the protection of the work and safety of the public. Highways and streets closed to traffic shall be protected by effective barricades, and obstructions shall be lighted during hours of darkness. Suitable warning signs shall be provided to properly control and direct traffic. The Contractor shall furnish, install, and maintain all necessary barricades, warning signs, and other protective devices in accordance with the State requirements in which the project is located. Temporary signs may be reused, provided they are in good condition and legible. All protective devices shall be kept in a good, legible condition while in use. As soon as construction advances to the extent that temporary barricades and signs are no longer needed to inform the traveling public, such signs shall be promptly removed. The cost of furnishing, erecting, maintaining, and removing protective devices will be included in the lump sum price bid for Traffic Control. Where the Contractor is required to perform any of these functions, the cost thereof shall be included in the overall Bid submitted. Ownership of the temporary warning devices shall remain with the Contractor provided the devices are removed promptly after completion of the work as specified above. If such warning devices are left in place for more than 30 days after the specified time for removal, the Owner shall have the right to remove such devices and to claim possession thereof. Reflectorization for Construction Signing shall conform to the requirements of the State Department of Transportation Standard Specifications. 22. DIFFERING SITE CONDITIONS: The Contractor shall promptly, and before such conditions are disturbed, notify the Engineer in writing of: 1) subsurface or latent physical conditions differing materially from those indicated in this Contract, or 2) unknown physical conditions at the site, of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in this Contract. The Engineer shall promptly investigate the conditions, and if he finds that such conditions do materially so differ and cause an increase or decrease in the Contractor's cost of, or the time required for, performance of any part of the work under this Contract, whether or not changed as a result of such conditions, an equitable adjustment shall be made and the Contract modi- fied in writing accordingly. 23. HIGH VOLTAGE ACT: The Contractor acknowledges the requirement of the High Voltage Act of the General Assembly of Georgia by execution of this Contract. 01002 -10 24. REFERENCED SPECIFICATIONS: Reference to the Department of Transportation Standard Specifications is to current Georgia Department of Transportation Standard Specifications as appropriate. 25. PAYMENTS TO CONTRACTOR: Progress estimates and payments shall be in accordance with of the General Conditions and the final estimate and payment shall be in accordance with the General Conditions, except as otherwise hereinafter provided. The requirements of the Prompt Payment Act shall be waived. Payment to the Contractor for progress estimates and the final estimate shall require approximately 60 calendar days after submission to the Owner. The Contractor shall make any arrangements necessary to accommodate this payment schedule. 26. RETAINAGE: Retainage shall be 10 percent of the gross value of the completed work as may be provided for in the contract; provided, however, that no additional amounts shall be retained on estimates or progress payments submitted after 50 percent of the work on the project has been completed if in the opinion of the Owner and/or his representative such work is satisfactory and has been completed on schedule. This will not affect the retained amounts on the first 50 percent of the work on the project which may continue to be held to ensure satisfactory completion of the project. If, after discontinuing the retainage, the Owner and/or representative determine that the work is unsatisfactory or has fallen behind schedule, retainage may be resumed at the previous level. Final payment of the retained amounts to the contractor under the contract to which the retained amounts relate shall be made after certification by the Engineer in charge of the project covered by the contract. At substantial completion of the work and as the Owner's authorized representative determines the work to be reasonably satisfactory, the Owner shall within 30 days after invoice and other appropriate documentation, as may be required by the contract documents, are provided pay the retainage to the contractor. If at that time there are any remaining incomplete minor items, an amount equal to 200 percent of the value of each item as determined by the Owner's representative shall be withheld until such item or items are completed. 27. RECORD DATA: Complete "record data" information shall be submitted by the Contractor to the Engineer along with the final pay request. "Record data" information shall include elevations of tops and inverts of all storm drainage and other structures and length and size of all pipes, location of all structures, valves, hydrants and service laterals. Final payment shall not be approved prior to the Engineer receiving the required "record data" information from the Contractor. 01002 -11 28. INSURANCE: Add the following new paragraph to the General Conditions immediately after paragraph 5.04B: C. The limits of liability for the insurance required by paragraph 5.04 of the General Conditions shall provide coverage for not less than the following amounts or greater where required by Laws and Regulations: 1. Worker's Compensation, and related coverages under paragraphs 5.04.A. 1 and A.2 of the General Conditions. a. State: Statutory b. Applicable Federal (e.g., Longshoreman's): Statutory c. Employer's Liability Statutory 2. Contractor's General Liability under paragraphs 5.04.A.3 through A.6 of the General Conditions which shall include completed operations and product liability coverages and eliminate the exclusion with respect to property under the care, custody and control of the Contractor: a. General Aggregate $1,000,000 b. Products - Completed Operations Aggregate $1,000,000 c. Personal and Advertising Injury $1,000,000 d. Each Occurrence (Bodily Injury and Property Damage) $1,000,000 e. Property Damage liability insurance will provide Explosion, Collapse, and Underground coverages where applicable. f. Excess or Umbrella Liability 1) General Aggregate $1,000,000 2) Each Occurrence $1,000,000 01002 -12 3. Automobile Liability under paragraph 5.04A.6 of the General Conditions: a. Bodily Injury: Each person $1,000,000 Each accident $1,000,000 b. Property Damage: Each Accident $1,000,000 c. Combined Single Limit of $1,000,000 4. The Contractual Liability coverage required by paragraph 5.04.B.4 of the General Conditions shall provide coverage for not less than the following amounts: a. Bodily Injury: Each Accident Annual Aggregate 7b. Property Damage: Each Accident Annual Aggregate $1,000,000 $1,000,000 Included above Included above SECTION 01150 MEASUREMENT AND PAYMENT 1. SCOPE: Under this heading shall be included the methods of measurement and payment for items of work under this Contract. 2. ESTIMATED QUANTITIES: All estimated quantities for unit price items, stipulated in the Bid Proposal, or other Contract Documents, are approximate and are to be used as a basis for estimating the probable cost of the work and for comparing the bids submitted for the Project. The actual amounts of work done and materials furnished under price items may differ from the estimated quantities. The basis of payment for work and materials will be the actual amount of work done and material furnished. The Contractor agrees to make no claim for damages, anticipated profits or otherwise on account of any difference between the amounts of work actually performed and materials actually furnished and the estimated amounts included in the Bid Proposal. The Contractor will not be paid for any work which exceeds 25 percent of the quantity set forth in the Bid Schedule without a change order issued before the work is performed unless specifically ordered in writing by the Engineer. The Contractor will provide assistance to the Engineer to check quantities and elevations when so requested. 3. REMOVE BUSH OR SHRUB: Measurement will be on the actual number of bushes or shrubs removed as shown on the plans or directed in the field. For purposes of this project a bush or shrub will be defined as vegetation less than 10' tall with a trunk diameter less than 10 ". Payment will be at the unit price in the bid proposal and shall include removing the bush or shrub, including root ball, and disposing of it off the site of the project. 4. REMOVE TREE: Measurement will be on the basis of the actual number of trees removed as shown on the plans or directed in the field. For purposes of this project, a tree shall be defined as vegetation greater than 10' tall or with a trunk diameter greater than 10 ". Payment will be at the unit price in the bid proposal and shall include removing the tree, including roots, and disposing of it off the site of the project. 5. CHANNEL EXCAVATION: Measurement will be on the basis of the actual amount of material removed from the marsh at the pipe outfall, as shown on the plans or otherwise directed in the field. The method of measurement will be at the discretion of the Engineer. Payment will be at the unit price in the bid proposal and shall include all labor, material and equipment required to remove the material, stabilize the new banks and dispose of the material off the site of the job. 01150 -1 6. GRADING: Grading shall be specific to the contract part indicated on the bid proposal. Payment should be lump sum and should include all labor, materials and equipment necessary to accomplish the following: • Grade roadway shoulders and swales as required to direct runoff to the stormwater inlets • Soils testing • Contract bonds, insurance, etc. • All other items required to complete the project in accordance with the plans which are not covered by other pay items. 7. REMOVAL OF UNSUITABLE SUBGRADE MATERIALS: Measurement of unsuitable material for pipelines will be as determined by sectioning the area before and after the unsuitable material is removed or other means approved by the Engineer. Unsuitable subgrade material will be determined by the Engineer with limits established as to depth and length of the area of unsuitable material. Unsuitable material will not be removed to a depth greater than two feet without written authorization from the Engineer. The total shall not exceed the quantity of unsuitable material in the Bid Schedule by more than 25 percent without a change order. Payment is for providing all labor, materials and equipment necessary to excavate and remove the unsuitable material offsite. For this project, unsuitable material will be limited to excavation below the bottom of the pipe and bedding. Any removal above this level shall be considered to be trenching and will be included in the price bid for the pipe installation. 8. FOREIGN BORROW (REPLACE UNSUITABLE SUBGRADE MATERIAL ONLY): Measurement of borrow material (compacted in place) shall be done by sectioning the area before and after the unsuitable material is removed. Borrow material will be obtained off site by the Contractor at his expense. Foreign borrow material will not be obtained until onsite suitable material from excavations is used. No extra payment will be made for onsite suitable material used to backfill and compact for replacement of unsuitable material. Payment will be at the unit price in the bid proposal and will include all labor, materials and equipment required to transport the material to the site and to place and compact the material. For this project, use of foreign borrow will be limited to replacement of removed unsuitable subgrade material and replace of material removed from the trench which is not suitable for backfilling operations. 9. PIPE: Measurement of pipe will be on the basis of the number of linear feet of pipe of each size in place as shown on the Plans or as measured in the field. Payment for furnishing and installing the pipe will be on the basis of the unit price for each size in the Bid proposal and shall include all work required for excavation and backfilling to properly installing the pipe. 10. GRATE INLET: Payment for furnishing and installing the inlets shall be on the basis of the unit price in the Bid Proposal. Payment shall include furnishing and installing the concrete and grates shown on the 01150 -2 Plans, excavation, dewatering and backfilling. Payment shall also include furnishing and installing a Silt sack protective mesh in each inlet. 11. STORM MANHOLE: Payment for furnishing and installing storm manholes will be based on the unit price in the Bid Schedule and shall include all labor, materials and equipment required for excavation, installation and backfilling for the manhole. 12. CAST -IN -PLACE JUNCTION BOX: Payment should be at the lump sum price in the bid proposal and shall include furnishing all labor, equipment and material required to install the junction box in accordance with the details, including excavation, dewatering and backfilling. 13. CONCRETE HEADWALL, DOUBLE 42" PIPE WITH TIDE CONTROL GATES: Payment for the structure will be at the lump sum price in the bid proposal and should include all labor, equipment and materials required to construct the concrete headwall and apron in accord with the details in the plans and likewise to install the Tide flex check valves on the pipes at the headwall. 14. INTERFERENCE MANHOLE: Payment will be on the basis of the unit price in the bid proposal and should include all labor, equipment and material required to install the manhole, remove the existing sanitary sewer pipe, temporize the sewer flow during the removal, install the ductile iron sewer through the manhole, and connect the ductile iron to the existing sewer. 15. SANITARY SERVICE TAP, ETC.: Payment for adjusting and reconnecting an existing sanitary sewer service line will be at the unit price in the bid proposal and should include furnishing all labor, equipment and material to: • Temporize or block the existing service line during the adjustment • Provide a new service tap on the existing gravity sewer • Extend a new 4" service line as required to avoid conflict with new storm drain and connect to the existing service line • Remove or plug the existing service line from the main 16. WATER MAIN: Measurement of pipe will be on the basis of the number of linear feet of pipe in place measured along centerline including valves and fittings. Payment for furnishing and installing the pipe shall be on the basis of the unit price for each item in the Bid Proposal and shall include all work required for excavation and backfilling to properly install the pipe and testing. Cost of required fittings should be included in the price bid for pipe. 01150 -3 17. VALVE AND BOX: Payment for furnishing and installing a gate valve and box shall be on the basis of the unit price in the Bid Proposal. Payment shall include furnishing and installing valve, adjusting valve box, excavation and backfilling to install the valve. 18. CONNECT TO EXISTING WATER MAIN WITH FITTING: Payment for connection of a new water main to an existing water main with a sleeve or other fitting shall be at the unit price in the Bid Proposal and shall include all labor, material and equipment necessary to cut the existing main, remove and/or abandon the existing line, and make a watertight connection to the existing main. 19. CONNECT TO EXISTING SYSTEM WITH TAPPING SLEEVE AND TAPPING VALVE: Payment for connecting a new water main to an existing water main with tapping sleeve and tapping valve in box shall be based on the unit price in the Bid Proposal and shall include all labor, material and equipment necessary to make the connection and properly install the components. 20. LOWER WATER MAIN: Payment should be at the unit price in the bid proposal and should include furnishing all labor, materials and equipment required to: • Shut off flow in the existing main • Cut the water main on either side of the work area • Install new, like size water main below the storm drain in accord with the detail in the plans • Clean and disinfect the new line • Connect the new main to the existing 21. REMOVE AND RESET FIRE HYDRANT: Payment will be at the unit price in the bid proposal and should include furnishing all labor, materials and equipment required to shut down the hydrant lead, extend the hydrant lead as required to avoid conflict with the storm drain, and reinstall the existing hydrant at the end of the line. 22. LOWER WATER SERVICE LATERAL: Payment shall be at the unit price in the bid proposal and should include furnishing all labor, material and equipment required to shut down the existing service line, cut it as required to avoid conflict with storm drain, install new water service line below storm drain location, and connect to existing service line. 23. WATER SERVICE TAP, SERVICE LINE, METER AND CONNECTION: Payment should be at the unit price in the bid proposal and shall include furnishing all labor, equipment and material required to: 01150-4 " Shut down the existing service line " Make a new connection to the water main, including corporation stop " Extend new water service line to avoid conflict with storm drain " Install new water meter as shown " Connect new service line to existing service line " Remove existing meter and service line 24. WATER SERVICE TAP, SERVICE LINE AND CONNECTION: Payment should be at the unit price in the bid proposal and should include furnishing all labor, equipment and material required to: " Shut down the existing service line " Make a new connection to the water main, including corporation stop " Install new water service line to avoid conflict with storm drain " Connect new service line to existing service line " Remove /cap existing service line 25. REMOVE AND REPLACE FENCE: Measurement will be on the basis of the actual number of linear feet of fence of each size removed and replaced as shown on the plans or as directed in the field. Payment will be at the unit price in the bid proposal and should include furnishing all labor, material and equipment required to remove the existing fence fabric and posts and then to replace them as shown. If the removed material is not suitable for replacement, the contractor shall furnish new materials of same or better quality of no additional cost to the City. 26. REMOVE AND REPLACE CHAINLINK FENCE GATE: Payment shall be at the unit price in the bid proposal and should include furnishing all labor, equipment and material required to remove the existing gate and replace it when the work is complete and the fence is back in place. If the existing gate is unsuitable for replacement, the contractor shall furnish new materials of same or better quality at no additional cost to the City. 27. REMOVE AND RESET WOOD POST: Payment shall be at the unit price in the bid proposal. 28. REMOVE AND RESET SIGN: Payment shall be at the unit price in the bid proposal and should include furnishing all material, labor and equipment required to remove the existing sign, store it during the construction activities, and reinstall it when the work is complete. If the removed sign or post is unsuitable for replacement, the contractor shall furnish new material at no additional cost to the City. 29. REMOVE & REPLACE EXISTING ASPHALT PAVING: Measurement of the removal and replacement of existing asphalt paving where shown on the Plans will be based on the actual number of square yards of pavement. Payment shall be based on the unit price per square yard in the Bid Proposal and shall include the removal and off site disposal of the asphalt pavement. 01150 -5 30. REMOVE AND REPLACE CONCRETE DRIVE: Measurement of the removal and replacement of existing concrete driveway will be based on the actual number of square yards removed and replaced as measured in the field. Payment shall be on the basis of the unit price per square yard in the bid proposal and should include the removal and off -site disposal of the concrete pavement. 31. REMOVE AND REPLACE BRICK DRIVE: Measurement of the removal and replacement of existing brick driveway will be based on the actual number of square yards removed and replaced as measured in the field. Payment will be on the basis of the unit price per square yard in the bid proposal and shall include the removal of the bricks and off -site disposal if required. If new bricks are used in the replacement, they should match the existing to the extent possible. 32. REMOVE AND REPLACE CONCRETE SIDEWALK: Measurement of the removal and replacement of existing concrete sidewalk will be based on the actual number of square yards removed and replaced as measured in the field. Payment will be at the unit price in the Bid Proposal and shall include the removal of the concrete, its off -site disposal, and the replacement walk. 33. TRAFFIC CONTROL: Payment will be at the lump sum price in the bid proposal and shall include furnishing all labor, material and equipment required to control the flow of traffic in or around the work area, as noted in the plans and specifications. This includes development of traffic control and detour plans for review and approval. The amount bid for this item should be specific to the contract part to which it applies. 34. NPDES COMPLIANCE: Payment will be on the basis of the lump sum in the bid proposal and should include all measures required to comply with the requirements of the Georgia General Permit for Construction. This will include preparation of the Stormwater Pollution Prevention Plan, the Notice of Intent and the Notice of Termination, as well as all required testing and reporting. 35. SOIL EROSION AND SEDIMENTATION: Payment for this item is for measures to be taken as indicated on the Plans and Specifications and provided in the Manual for Erosion and Sedimentation Control in Georgia. Payment is for all labor, material and equipment necessary to meet the requirements. 36. GRASSING: Measurement of grassing shall be on the basis of the number of square yards furnished and installed where shown on the plans and/or as directed by the Engineer. Payment for furnishing and installing the grassing shall be at the unit price in the Bid Proposal. 01150 -6 37. MISCELLANEOUS CONNECTION, ETC.: As indicated on the plans and in the documents, the project is divided into two parts, Part 1 and Part 2. The City of Tybee Island will decide, when the bids are received, whether funds are sufficient to do all the improvements as shown on the plan. If only Part 1 is done, there will need to be certain tie -in and temporization measures required to keep the entire system functional when the Part 1 improvements are installed. Payment for this will be at the lump sum price in the bid proposal. 38. ADDITIVE ALTERNATE 1: If the inclusion of additive alternate 1 is authorized by the City, measurement will be on the basis of the actual number of square yards of roadway overlay as measured in the field. Payment will be at the unit price in the bid schedule and will be full compensation for completing the work in accord with the typical section of the plans. This will include: • Preparation of the existing pavement • Application of tack coat as applicable • Placement of leveling and surface courses as shown and required • Placement of any pavement markings currently on the roadway. 01150 -7 SECTION 02100 CLEARING AND GRUBBING 1. SCOPE: Under this heading shall be included the furnishing of all labor, materials and equipment and performing of all operations necessary for clearing and grubbing all areas and disposal of all unsuitable material. 2. LIMITS: Clearing and grubbing under this Contract shall be performed within the area necessary to perform the work as shown on the plans. 3. CLEARING: Completely clear, remove and satisfactorily dispose of all unsuitable materials resting on or protruding above the surface of existing ground. Clearing includes trees (unless designated for preservation), stumps, bushes, grass, rubbish, refuse, scrap iron, rubble, other items specified on the Plans to be removed, and all other deleterious materials. Excavate for stumps if necessary. 4. GRUBBING: Completely grub the entire designated area free of all roots, stumps, logs, rubbish and other deleterious materials to a depth of at least two feet below existing ground. If no further excavation is to be made within the limits of Work under this heading then the holes caused by the removal of stumps, trees and rocks shall be filled and compacted with suitable material and graded to conform with surrounding surface. 5. BENCH MARKS: The Contractor shall maintain and protect all benchmarks, monuments, settlement monitoring devices and other reference points. Any reference point damaged or destroyed as a result of the Contractor's operations or negligence shall be repaired or replaced at no cost to the Owner. 6. DISPOSAL: Disposal of all cleared and grubbed materials shall be made off the site and property of the Owner. 7. MEASUREMENT AND PAYMENT: Measurement and payment for work under this Section shall be in accordance with Section 01150. 02100 -1 SECTION 02210 EROSION CONTROL 1. SCOPE: Under this section shall be included all measures both temporary and permanent to control erosion and sedimentation, and protect all surface waters and property both on and off site. This shall include all labor, materials and equipment necessary to meet the requirements of this Section. 2. GENERAL: It is the intent of this Specification that the Project and the Contractor comply with all applicable requirements of the Erosion and Sedimentation Act of 1975 and the Chatham County Soil Erosion Ordinance. The Manual for Erosion and Sediment Control in Georgia further defines practices and requirements. The Contractor is responsible for maintaining all sediment and erosion control measures on the project site during construction. The Contractor is responsible for any damage caused due to failure to implement these requirements. 3. IMPLEMENTATION: Implementation of the requirements of the Act is based on the following principles: a) The disturbed area and the duration of exposure to erosion elements should be minimized. b) Stabilize disturbed areas immediately. c) Retain or accumulate runoff. d) Retain sediment. e) Do not encroach upon watercourses. 4. SYMBOLS: The drawings contain standard symbols for the different types of measures for implementing the Act. These symbols are defined for conditions, design criteria and construction specifications in Sections II and III of the Manual. 02210 -1 5. SPECIFIC REQUIREMENTS: a) All disturbed areas shall be grassed by sodding or seeding, fertilizing, mulching and watering to obtain a ground cover which prevents soil erosion. b) All measures installed for sediment control shall be checked at the beginning and end of each day when construction is occurring to ascertain that the measures are in place and functioning properly. c) Erosion control measures shall be inspected by the Contractor after each rainfall event and at least daily during prolonged periods of continuous rainfall. Contractor shall make repairs and adjustments as necessary to maintain the effectiveness of all sediment and erosion control measures. 7. PAYMENT: Payment shall be at the lump sum price shown in the Bid Schedule. 02210 -2 SECTION 02221 EXCAVATION, TRENCHING AND BACKFILL FOR UTILITY SYSTEMS 1. SCOPE: Under this heading shall be included the excavation, trenching and backfilling required for all underground utility systems. Utility systems include sanitary sewers, storm sewers, water piping and force mains. 2. GENERAL: Underground piping and utility systems which are to be installed in trenches whose lowest point of excavation is below the existing ground level, and which are unaffected by an excavation for structures, may be installed at any time during the course of the work. Piping and systems to be installed in or over fill, backfill or new embankments shall not be installed until all earthwork has been completed to rough grade, nor until settlement of the fill or embankment has taken place. Braced and sheeted trenches and open trenches shall comply with all state laws and regulations, and local ordinances relating to safety, life, health and property. Also, this shall conform to the Occupational Safety and Health Standards for Excavations, Final Rule (29 CFR Part 1926) as printed in the October 31, 1989 issue of the Federal Register. The sides and bottoms of the trenches shall be protected against any instability which may interfere with the proper laying of the pipe and as necessary for the safety of the workmen and others and as maybe necessary to protect adjacent structures. Refer to safety requirements of the General Conditions and Special Conditions. Protective systems for trenches shall be utilized by the Contractor and shall conform with Section 1926.652, 29 CFR Part .1926, Final Rule. 3. LOCATION AND PROTECTION OF UTILITIES AND STRUCTURES: It shall be the responsibility of the Contractor to acquaint himself with the location of all utilities and structures both present and proposed, also all existing surface structures which may be affected by work under the Contract. The location of any underground structures furnished, shown MI the Plans or given on the site are based upon the available records but are not guaranteed to be complete or correct, and are given only to assist the Contractor in making a determination of the existence of underground structures. Overhead utilities, poles, etc., shall be protected against damage by the Contractor, and if damaged by the Contractor, shall be replaced by him. The Contractor shall notify those who maintain utilities sufficiently in advance of the proposed construction so that they may locate, uncover and disclose such work. If the progress of construction necessitates the removal or relocation of poles, overhead utilities and obstructions, the Contractor shall make all arrangements and assume all costs of the work involved. 02221 -1 The Contractor shall provide for the continuance of the flow of any sewers, drains, water pipes, and water courses, and the like. Where such facilities, water courses, or electric overhead wires or conduits are interfered with by the work of the Contractor, the interruption shall be a minimum and shall be scheduled in advance with the Engineer and the utility owner. The Contractor shall restore all facilities interfered with to their original condition or acceptable equivalent. The cost of such restoration or damage caused directly by his work shall be paid for by the Contractor and shall be included in the prices bid for the items to which it pertains. 4. EXCAVATION AND TRENCHING: a) Excavation. Excavate all materials encountered. See Article 9 for payment for removal of unsuitable materials. b) Caution in Excavation. The Contractor shall proceed with caution in the excavation and preparation of the trench so that the exact location of underground structures in the trench zone may be determined before being damaged. He shall be held responsible for the repair or replacement of such structures when broken or otherwise damaged because of his operations. c) Subsurface Explorations. The Contractor shall make explorations and excavations at no additional charge to the Owner to determine the location of existing underground structures. d) Depth of Trench. Utilities and other piping shall be laid in open trenches as shown and specified. Trenches shall be excavated to the designated lines and grades, beginning at the outlet end and progressing toward the upper end in each case. Trenches for pipe shall be shaped to the lower 1/3 of the pipe and provide uniform and continuous bearing. Bell holes shall be dug to allow ample room for working fully around each joint. e) Width of Trench. Trenches shall be of minimum width to provide ample working space for making joints and tamping backfill. Width on each side of barrel of pipe shall be not less than 8 inches. Sides of trenches shall be closely vertical to top of pipe and shall be sheet piled and braced where soil is of unstable nature. Above the top of the pipe, trenches may be sloped. The width of the trench above this level may be wider for sheeting and bracing and the performance of the work. f) Alignment and Grade. Trenches shall be excavated on the alignments shown on the Plans, and to the depth and grade necessary to accommodate the pipes at the elevations shown. Where elevations of the invert or centerline of a pipe are shown at the ends of a pipe, the pipe shall be installed at a continuous grade between the two elevations. 02221 -2 g) Over Excavation. Excavation in excess of the depth required for proper shaping shall be corrected by bringing to grade the invert of the trench with compacted coarse, granular material at no additional expense to the Owner. Bell holes shall be excavated to relieve bells of all load, but shall be small enough to ensure that support is provided throughout the length of the pipe barrel. Excavation in excess of the depths required for manholes and other structures shall be corrected by placing a subfoundation of 1500 psi concrete, at no additional expense to the Owner. If trenches are excavated to widths in excess of those specified, or if the trench walls collapse, the pipe shall be laid in accordance with the next better class of bedding at the expense of the Contractor. 5. TRENCHES: Trenches shall be maintained in a safe condition to prevent hazardous conditions to persons working in or around the trench. Braced and sheeted trenches and open trenches shall comply with all State and Federal Laws and Regulations, and local ordinances relating to safety, life, health and property. The top portion of the trench may be excavated with sloping or vertical sides to any width which will not cause damage to adjoining structures, roadways, utilities, etc. The bottom of the trenches shall be graded to provide uniform bearing and support each section of the pipe on undisturbed soil at every point along its entire length, except for the portions of the pipe sections excavated for bell holes and for the sealing of pipe joints. Bell holes and depressions for joints shall be dug after the trench bottom has been graded and in order that the pipe rests upon the trench bottom for its full length and shall be only of such length, depth and width for making the particular type of joints. The bottom of the trench shall be rounded so that at least the bottom one -third of the pipe shall rest on undisturbed earth for the full length of the barrel as jointing operations will permit. This part of the excavation shall be done manually only a few feet in advance of the pipe laying by workmen skilled in this type of work. The sides of all trenches and excavation for structures shall be held by stay bracing, or by skeleton or solid sheeting and bracing according to conditions encountered, to protect the excavation, adjoining property and for the safety of personnel. Bracing and shoring maybe removed when the level of the backfilling has reached the elevation to protect the pipe work and adjacent property. 6. DEWATERING AND PROTECTION AGAINST WATER: The Contractor shall remove water from the site and shall lower the ground water level as necessary to complete the excavations to the required depths and so that all required work can be accomplished in the dry. The Contractor shall do such well construction, well pointing, sheeting, 02221 -3 ditching, and pumping, and shall construct necessary drains, channels and sumps to keep his excavations and new structures clear of ground water, storm water or sewage and to keep his construction areas dry during the progress of the Work. Adequate measures and protection shall be provided by the Contractor to protect his work from damage from uplift due to ground water, storm water, or flood water. Any damages which may result shall be the Contractor's responsibility. The Contractor shall accept all responsibility for damage to the work of this Contract because of floods and water pressures and other water damages and shall accept all risks of floods and other events which may occur. All water discharged by pumping operations shall be discharged so as not to interfere with work under this Contract or with existing structures and operations. Water from dewatering operations shall be conveyed to the existing drainage features, using piping and pumping facilities provided by the Contractor. Route of dewatering pipe shall be subject to the Engineer's review. Discharge facilities and water quality shall comply with applicable regulations of State and Federal agencies. Dewatering operations shall be uninterrupted and continuous during the course of the work so as not to endanger any construction in place or to present a hazard to workmen in and around the site. The Contractor shall take all measures necessary including, but not limited to, standby equipment and constant attendance to ensure that the dewatering system remains operational and effective throughout the period of time that it is required. No water shall be allowed to run over any uncompleted portions of the work. No units of the work shall be constructed under water. The cost of dewatering shall be included in the price bid for the item of work for which it is required. 7. PILING EXCAVATED MATERIALS: All excavated material shall be piled in a manner that will not endanger the work and that will avoid obstructing roadways. 8. LIMIT TO LENGTH OF OPEN TRENCH: The routine of operation shall be so organized to keep the length of open trench to a practicable minimum. Trenches to be left open during non - working hours should be covered by sheets of plywood or other measures which will prevent access by unauthorized persons. 9. REMOVAL OF UNSUITABLE MATERIAL: Should overdepth excavation be necessary to remove unsuitable material and to replace with satisfactory material, the Contractor will be paid for this work in accordance with Section 01150 for removal and replacement of unsuitable material, based on the following requirements: 02221 -4 a) Unsuitable materials for filling and backfilling are those classified as MH, CH, OL, OH and PT in accordance with the Unified Soil Classification System. Excavated soils that are too wet to compact shall not be classified unsuitable due to high moisture content alone. b) When the trench is excavated to the plan depth or as required by these Specifications, and soft or other material not suitable for bedding purposes is encountered in the trench, the Contractor shall immediately notify the Engineer for inspection and measurement of the unsuitable material to be removed. c) No overdepth excavation or backfilling of the overdepth excavated trench shall start until proper measurements of the trench have been taken by the Engineer for the determination of the quantity in cubic yards of unsuitable material excavated. Backfill material and backfilling shall conform to the requirements specified in Article 12 below. d) No payment will be made for any overdepth excavation of soft unstable material due to the failure of the Contractor to provide adequate means to keep the trench dry. e) No payment will be made for any overdepth excavation of the unsuitable material and replacement not inspected and measured by the Engineer prior to excavation. 10. BEDDING OF CONCRETE OR DUCTILE IRON PIPE: Pipe shall be laid on foundations prepared in accordance with ASTM C12 as modified herein and in accordance with the various classes of bedding required by the trench width and trench depth for the size of pipe to be laid. Bedding shall be included in the appropriate unit price bid for concrete or ductile iron pipe. a) Class "A" Bedding. Class "A" Bedding shall be achieved by either of the following two construction methods: 1. Concrete Cradle. The pipe shall be bedded in a monolithic cradle of plain or reinforced concrete having a minimum thickness under the pipe barrel of one -fourth the inside diameter of the pipe but in no case less than 4 inches and extending up the sides to a height of at least one -fourth of the pipe outside diameter. The cradle shall have a width equal to the full width of the trench as excavated. The pipe shall be laid to line and grade on concrete blocking after which the concrete shall be placed to the limits described. Concrete shall be 3,000 psi concrete. 2. Concrete Arch. The pipe shall be bedded in crushed stone or rounded gravel bedding material having a minimum thickness under the pipe barrel of one -fourth the outside diameter of the pipe but in no case less than 4 inches and shall extend up the sides of the pipe to the horizontal centerline. The top half of the pipe shall be covered with a monolithic plain or reinforced concrete arch having a 02221 -5 thickness of one -fourth the inside diameter of the pipe but in no case less than 4 inches at the crown of the pipe. The arch shall have a width equal to the full width of the trench as excavated. b) Class "B" Bedding. Class "B" Bedding shall be achieved by either of two construction methods: 1. The bottom of the trench excavation shall be shaped to conform to a cylindrical surface with a radius at least 2 inches greater than the radius of the outside of pipe with a width sufficient to allow 6/10 of the width of the pipe barrel to be bedded in fine granular fill placed in the shaped excavation. Carefully compacted backfill shall be placed at the sides of the pipe to a thickness of at least 12 inches above the top of the pipe. 2. The pipe may be bedded in compacted crushed stone, placed on a flat trench bottom. The crushed stone bedding shall have a minimum thickness of 1/4 the outside pipe diameter and shall extend halfway up the pipe barrel at the sides. The remainder of the side fills and a minimum depth of 12 inches over the top of the pipe shall be billed with carefully compacted material. c) Class "C" Bedding. Class "C" Bedding shall be achieved by either of two construction methods: 1. The pipe shall be bedded in an earth foundation formed in the trench bottom by a shaped excavation which will fit the pipe barrel with reasonable closeness for a width of at least 50 percent of the outside pipe diameter. The side fills and area over the pipe to a minimum of 12 inches above the top of the pipe and shall be filled with compacted fill. 2. The pipe shall be bedded in compacted granular material placed on a flat trench bottom. The granular bedding shall have a minimum thickness of 6 inches under the barrel and shall extend 1/6 of the outside diameter up the pipe barrel at the sides. The remainder of the side fills and to a minimum depth of 12 inches over the top of the pipe shall be filled with compacted backfill. Class "C" Bedding shall be used except where the use of Class "A" or Class "B" bedding is shown on the Plans. d) Class "D" Bedding. Class "D" Bedding is achieved by shaping bell holes only on a flat trench and no care is taken to secure compaction at the sides and immediately over the pipe. This type bedding is not permitted. e) Bell Holes. Bell holes shall be provided in all classes of bedding to relieve pipe bells of all load, but small enough to insure that support is provided throughout the length of the pipe barrel. 02221 -6 f) Coarse Granular Bedding. Coarse Granular Bedding material shall consist of crushed stone or pea gravel, clean and graded, 95 to 100 percent of which shall pass a 3/4 inch sieve with 95 to 100 percent retained on a No. 4 sieve. Bedding material shall be placed on a flat bottom trench and thoroughly compacted by tamping or slicing with a flat blade shovel. Compacted bedding material shall be extended up the sides of the pipe to the heights shown for the various classes of bedding. g) Overwidth Excavation. If trenches are excavated to widths in excess of those specified below, or if trench walls collapse, pipe shall be laid in accordance with the requirements for at least the next better class of bedding at the expense of the Contractor. h) Borrow Backfill. Borrow backfill will be required if there is not sufficient suitable material available from other parts of the work to backfill the trenches. Borrow backfill from approved borrow pits shall be used. Only those soils in the borrow pits that meet the specified requirements for suitable material shall be used. 11. BEDDING OF PVC AND HDPE PIPE: a) Pipe shall be bedded true to line and grade with uniform and continuous support from a firm base in accordance with ASTM D2321 as modified herein. Blocking shall not be used to bring the pipe to grade. Bedding material shall be included in the unit price for plastic pipes. b) Embedment materials listed here include a number of processed materials plus the soil types defined by the USCS Soil Classification Systems in ASTM D2487. These materials are grouped into categories according to their suitability for this application: 1. Class I. Angular 1/4 to 1 -1/2 inches, graded stone including a number of fill materials that have regional significance such as coral, slag, cinders, crushed stone, and crushed shells. 2. Class II. Coarse sands and gravels with maximum particle size of 1 -1/2 inches, including variously graded sands and gravels containing small percentages of fines, generally granular and non - cohesive, either wet or dry. Soil types GW, GP, SW and SP are included in this class. 3. Class III. Fine sand and clayey gravels, including fine sands, sand -clay mixtures, and gravel -clay mixtures. Soil types GM, GC, SM and SC are included in this class. 02221 -7 4. Class IV. Silt, silty clays and clays including inorganic clays and silts of medium to high plasticity and liquid limits. Soil types MH, ML, CH and CL are included in this class. These materials are not to be used for bedding, haunching or initial backfill. 5. Class V. This class includes the organic soils OL, OH and PT as well as soils containing frozen earth, debris, rocks larger than 1 -1/2 inches in diameter, and other foreign materials. , These materials shall not be used for bedding, haunching and initial backfill. c) Compaction of foundation, bedding, haunching and initial backfill shall extend to the trench wall. d) Embedment material in the area around the pipe shall be installed with care. Care shall be used to ensure that sufficient material has been worked under the haunch of the pipe to provide adequate side support. Precautions must be taken to prevent movement of the pipe during placing of the material through the pipe haunch. Place initial backfill material in three stages: First, to the center line of the pipe: second, to the top of the pipe; and third, to a point 12 inches above the top of the pipe. Compact each stage of haunching and initial backfill by hand or mechanical tamping to a minimum of 100 percent Standard Proctor Density. Where unstable trench walls exist because of migratory materials such as waterbearing silts or fine sands, care shall be taken to prevent the loss of side support through the migratory action. e) Avoid contact between the pipe and compaction equipment. Compaction of haunching, initial backfill and backfill material shall be done in such a way so that compaction equipment will not have a damaging effect on the pipe. 12. BACKFILLING: Backfilling consists of placing suitable materials removed during the excavation into the excavated areas, placing embedment materials and compacting the same to a density equal to or greater than what exists before excavation or as specified herein. Under backfilling operations is also included removal of excess materials and debris from the site, leveling all depressions caused by operation of equipment and maintaining the backfilled areas until accepted by the Owner. All backfill material shall be free of stones, concrete and clay lumps larger than 1/3 cubic foot. Roots, stumps and rubbish which will decompose will not be permitted in the backfill. Backfill material shall have its moisture content corrected, as may be necessary before being placed in the trench to bring the moisture content to approximately "optimum" for good compaction. Any rock, stone, concrete, clay lumps larger than 1/3 cubic foot in volume, rubbish and debris shall be removed from the site and disposed of by the Contractor in a lawful manner. 02221 -8 Backfilling operations in this work are referred to herein as Backfilling at the Pipe Zone, Type "A" and Type "B ". Backfilling in the excavated areas below parts of proposed structures shall be referred to hereinafter as Type "A" Backfilling. Where trenches cross or extend under structures or into present roadways, future roadways or parking areas as shown on the Plans, the backfilling shall be referred to hereinafter as Type " A " Backfilling. Backfilling in all other areas shall be referred to hereinafter as Type "B" Backfilling. a) Backfilling at the Pipe Zone. Throughout the entire construction, backfilling at the pipe zone shall include bedding and shall be as follows: Backfill material shall be placed below, around each side, and over the top of the pipe, in approximately horizontal layers to a height of 12 inches over the top of the pipe. Layers shall be of such thickness to facilitate the required compaction. This backfill shall be well compacted by using mechanical tamping equipment in such manner as not to damage the pipe, pipe joints or shift the pipe alignment. Workmen shall not be permitted to walk over the pipe until at least 12 inches of compacted fill has been placed over the pipe. The Contractor shall not use water to obtain compaction except for adding water to the backfill material before placing in the trench to bring the moisture content to approximately "optimum" for good compaction. b) Type "A" Backfilling. Type "A" backfilling consists of placing sand and gravel or other suitable materials excavated from the trench in the trench in 6 inch thick layers from a point 12 inches above the top of the pipe and mechanically tamped or compacted by rolling until the backfill density after compaction is equal to 100 percent of the maximum density obtainable at optimum moisture content as determined by the Standard Proctor Test (ASTM D698). No water shall be used to secure compaction except for adding water to the backfill material before placing in the trench to bring moisture content to approximately "optimum" for good compaction. Each 6 inch thick layer shall be mechanically tamped before additional backfill material is placed in the excavated area. c) Type "B" Backfilling, Type "B" Backfilling consists of placing sand and gravel or other suitable material excavated from the trench in the trench in 12 inch thick compacted layers from a point 12 inches above the top of the pipe. Each 12 inch thick layer shall be compacted before additional backfill material is placed in the excavation. Only mechanical tamping, use of roller or small tractor will be allowed. The density of the backfilled material after compaction shall be equal to 100 percent of the maximum density obtainable at optimum moisture content as determined by the Standard Proctor Test (ASTM D698). Except in the upper 12 inches, water shall be added to backfill material only before being placed in the trench in order to bring the moisture content to approximately "optimum" for good compaction. 02221 -9 13. TESTING: a) General. The Contractor shall select a qualified independent testing laboratory for the purpose of identifying soils, checking densities, and classifying soils materials during construction. All testing will be paid for by the Contractor. Copies of all test results shall be furnished to the Engineer. b) Moisture - Density Tests. Testing shall be in accordance with ASTM Methods D698 and D1557 or such other test as may be accepted by the Engineer. A test shall be performed on each type of material used in the work regardless of source. Tests will be accompanied by particle -size analyses of the soils tested (ASTM Methods D421 and D422). Changes in color, gradation, plasticity or source of fill material will require the performance of additional tests. Copies of all test results shall be furnished to the Engineer. c) Field Density Tests. Tests shall be made in accordance with ASTM Method D1556 or such other test as may be accepted by the Engineer. Tests shall be made in accordance with the following minimum schedule or as required by the soils technician or as may be directed by the Engineer: One test for each lift of backfill for each 200 feet of trench or fraction thereof. d) Submittals. The soils technicians will submit formal reports of all compaction tests and retests. The reports are to be furnished to the Owner and the Engineer as soon as possible upon completion of the required tests. This report information is to include but not be limited to the following: 1. Date of the test and date submitted. 2. Location of test. 3. Wet weight, moisture content and dry weight of field sample. 4. Description of soil. 5. Maximum dry density and moisture content of the lab sample which best matches the field sample in color, texture, grain size and maximum dry density. 6. Ratio of field dry density to maximum lab dry density expressed as a percentage. 7. Comments concerning the field density passing or failing the specified compaction. 8. Comments about recompaction if required. 02221 -10 e) Compaction Results. If any compaction test reveals that fill or backfill is not compacted as specified, the Contractor shall scarify and recompact as required to achieve the specified density. Additional compaction tests shall be made to verify proper compaction. These additional tests, required due to failure of the original test, shall be paid for by the Contractor without reimbursement by the Owner. The soils technician is to advise the Engineer and the Contractor's Superintendent immediately of any compaction tests failing to meet the specified minimum requirements. No additional lift is to be placed on a lift with any portion failing. 14. CONSTRUCTION ALONG HIGHWAYS, STREETS AND ROADWAYS: a) Excavation, Trenching and Backfilling Operations. Excavation, trenching and backfilling along highways, streets and roadways shall be in accordance with the applicable regulations of the State Highway Department with reference to construction operations, safety, traffic control, road maintenance and repair. b) Protection of Traffic. Provide suitable signs, barricades and lights for protection of traffic, in locations where traffic may be endangered by construction operations. All signs removed by reason of construction shall be replaced as soon as condition which necessitated such removal has been cleared. No highway, street or roadway shall be closed without first obtaining permission from the proper authorities. c) Construction Operations. The Contractor shall construct all work along highways, streets and roadways using the following sequence of construction operations, so as to least interfere with traffic: 1. Stripping. Where the pipe line is laid along road shoulders, sod, topsoil and other material suitable for shoulder restoration shall be stripped and stockpiled for replacement. 2. Trenching, Laying and Backfilling. Excavate trenches, install pipe line and backfill. The trench shall not be opened any further ahead of pipe laying operations than is necessary for proper laying operations. Trenches shall be progressively backfilled and consolidated and excess material removed immediately. 3. Shaping. Immediately after completing backfilling operation, reshape any damage to cut and fill slopes, side ditch lines, and shall replace top soil, sod and any other materials removed from shoulders. 02221 -11 d) Excavated Material. Excavated material shall not be placed along highways, streets, and roadways in such manner as to obstruct traffic. Roadways and pavement will be maintained free of earth material and debris. e) Drainage Structures. All side ditches, culverts, cross drains and other drainage structures shall be kept clear of excavated material and be free to drain at all times. 15. PROTECTING TREES, SHRUBBERY AND LAWNS: Trees and shrubbery along trench lines shall not be disturbed unless absolutely necessary. Trees and shrubbery necessary to be removed shall be properly heeled -in and replanted. Heeling -in and replanting shall be done under the direction of an experienced nurseryman. Where utility trenches cross established lawns, sod shall be cut, removed, stacked and maintained in suitable condition until replaced. Removal and replacement of sod shall be done under the direction of an experienced nurseryman. 16. MEASUREMENT AND PAYMENT: The work specified in this Section will not be measured for direct payment except those items specifically stated in this Section and for which bid prices are requested in the Bid Proposal. Payment for all other will be included in the price for the item of work for which it is required. The bid prices in the proposal will be paid for those specific items stated in this Section 02221. 02221 -12 SECTION 02400 STORM DRAINAGE SYSTEM 1. SCOPE: Under this heading shall be included all operations in connection with the installation of the storm drainage system. 2. EXCAVATION AND BACKFILL: Excavation and backfilling shall be as specified in Section 02221, Excavation, Trenching and Backfilling for Utility Systems. 3. DELIVERY, STORAGE, AND HANDLING OF MATERIALS: a) Delivery and Storage. Materials delivered to site shall be inspected for damage, unloaded, and stored with the minimum of handling. Do not store materials directly on the ground. Inside of pipes and fittings shall be kept free of dirt and debris. b) Handling. Materials shall be handled in such a manner as to insure delivery to the trench in sound undamaged condition. Pipe shall be carried to the trench, not dragged. Gasket materials and plastic materials that are not to be installed immediately shall not be stored in the direct sunlight. 4. PIPE FOR CULVERTS AND STORM DRAINS: Pipe for culverts and storm drains shall be as indicated and shall conform to requirements for the following types. a) Concrete Pipe. Pipe shall be reinforced concrete pipe conforming to ASTM C76, Class III. 1) Joints. Joints shall be made by use of a continuous rubber gasket conforming to the requirements of ASTM C443. Type II or III rubber gaskets shall be used on the pipe. Joints which do not fit tightly and uniformly shall be grouted after that segment of the line has been installed. All joints shall be wrapped with a two foot wide strip of filter fabric lapped two feet. 02400 -1 The assembly of the gasketed joint shall be performed as recommended by the pipe manufacturer. The elastomeric gaskets may be supplied separately in cartons or prepositioned in the bell joint or coupling at the factory. In all cases, clean the gasket, the bell or coupling interior, especially the groove spigot area to remove any dirt or foreign material before assembling. Inspect the gasket, pipe spigot bevel, gasket groove, and seating surfaces for damage or deformation. When gaskets are separate, use only gaskets which are designed for and supplied with the pipe. Insert them as recommended by the manufacturer. Lubricant should be applied as specified by the pipe manufacturer. Align the spigot to the bell and insert the spigot into the bell until it contacts the gasket uniformly. b) Corrugated Polyethylene Pipe. Shall be high density polyethylene corrugated pipe with an integrally formed smooth interior. Corrugations shall be annular. Pipe shall be made of polyethylene compounds which conform to the requirements of Cell class 335420C (min.) as defined and described in ASTM D -3350, except that carbon black shall not exceed 5 %. Requirements for test methods, dimensions, and markings are those found in AASHTO Designations M -252 and M -294. Minimum parallel plate pipe stiffness values shall be as follows: Diameter Pipe Stiffness* 15" 42 psi 18" 40 psi 24" 34 psi 30" 28 psi 36" 22 psi 42" 19 psi 48" 17 psi 60" 14 psi *Per ASTM Test Method D -2412 Joints shall be integral bell and spigot with a gasket on the spigot end. Gasket material shall meet ASTM F -477. Installation shall be in accordance with ASTM Recommended Practice D -2321 or as specified by the Project Engineer or Local approving agency. A manufacturer's certification that the product was manufactured, tested, and supplied in accordance with this specification shall be furnished to the Project Engineer upon request. 02400 -2 5. DRAINAGE STRUCTURES: Drainage structures shall be of the following types, constructed of the materials specified for each type and in accordance with the indicated details. a) Manholes and Inlets. Construction shall be of reinforced concrete, plain concrete, brick, precast reinforced concrete or precast concrete segmental blocks, complete with frames and covers or gratings. Precast concrete manholes and inlets shall be designed for the required depth and to sustain the required wheel loads and/or surface pressures. When manholes and inlets are to be constructed of prefabricated materials, shop drawings shall be submitted for approval before ordering the material. b) Connection to Existing Inlets and /or Manholes. Pipe connections to existing inlets and /or manholes shall be in such a manner that the finished work will conform as nearly as practicable to the applicable requirements specified for new inlets and /or manholes, including all necessary concrete work, cutting and shaping. 6. MATERIALS FOR DRAINAGE STRUCTURES: a) Mortar. Mortar for connections to other drainage structures, and brick or block construction shall conform to ASTM C270, Type M, except the maximum placement time shall be one half hour. Hydrated lime may be added to the mixture of sand and cement in a quantity equal to 25 percent of the volume of cement used. Hydrated lime shall conform to F.S. SS -L- 351, Type M, or ASTM C141, Type A. The quantity of water in the mixture shall be sufficient to produce a stiff workable mortar but in no case shall exceed 5 gallons of water per sack of cement. Water shall be clean and free of harmful acids, alkalies, and organic impurities. The mortar shall be used within 30 minutes after the ingredients are mixed with water. b) Precast Reinforced Concrete Manholes. Manholes shall conform to ASTM C478 or AASHTO M199. Joints between precast concrete risers and tops shall be full- bedded in cement mortar and shall be smoothed to a uniform surface on both exterior and interior of the structure or joints may be made with flexible rubber -type gaskets. c) Precast Concrete Segmental Blocks. Blocks shall conform to ASTM C139, not more than 8 inches thick, not less than 8 inches long, and of such shape that joints can be sealed effectively and bonded with cement mortar. 02400 -3 d) Bricks. Bricks shall conform to ASTM C62, Grade SW; ASTM C55, Grade S -I or S -II; or ASTM C32, Grade MS. Mortar for jointing and plastering shall consist of one part Portland cement and two parts fine sand. Lime may be added to the mortar in a quantity not more than 25 percent of the volume of cement. The joints shall be filled completely and shall be smooth and free from surplus mortar on the inside of the structure. Brick structures shall be plastered with 3/4 inch of mortar over the entire outside surface of the walls. For square or rectangular structures, brick shall be laid in stretcher courses with a header course every sixth course. For round structures, brick shall be laid radially with every sixth course a stretcher course. e) Frame and Cover or Gratings. Fabrication shall be from one or more of the material options presented in F.S. RR -F -621, except the malleable cast iron option shall conform to ASTM A220, Grade 40010. Weight, shape, size and waterway openings for grates and curb inlets shall be as indicated on the plans. Frames and covers for curb inlets and for areas not subject to vehicular traffic or storage may be malleable iron if so indicated. Malleable iron frames and covers shall conform to ASTM A220 and shall be of the weight, shape and size indicated. 7. BEDDING: See Section 02221 "Excavation, Trenching and Backfill for Utility Systems," for additional requirements. 8. PLACING PIPE: Each pipe shall be carefully examined before being laid, and defective or damaged pipe shall not be used. Pipe lines shall be laid to the grades and alignment indicated. Proper facilities shall be provided for lowering sections of pipe into trenches. Under no circumstances shall pipe be laid in water, and no pipe shall be laid when trench conditions or weather are unsuitable for such work. Pipe shall be moved horizontally into place by use of a winch or other suitable means. A backhoe bucket or other means which could damage the pipe shall not be used. Diversion of drainage or dewatering of trenches during construction shall be provided as necessary. All pipe in place shall be inspected before backfilling, and those damaged during placement shall be removed and replaced at no additional cost to the Owner. No additional compensation will be given to the Contractor for the required diversion of drainage and/or de- watering of trenches. 9. BACKFILLING: Backfilling shall be done in accordance with Section 02221, "Excavation, Trenching and Backfill for Utility Systems." 10. STONE RIPRAP: a) Materi als. The stone used for stone slope protection shall be sound, rough, dense and resistant to the action of air and water and satisfactory to the Engineer. The stone shall have a density of not less than 150 pounds per cubic foot. Neither the breadth nor the thickness of any piece of stone shall be less than one -third of its length. The stone will be subject to inspection on 02400 -4 delivery and if found to be improper gradation or quality, it will be rejected. The stone shall consist of quarry run sizes, graded as specified below: STONE SLOPE PROTECTION SIZE OF PERCENT OF TOTAL WEIGHT STONE SMALLER THAN THE GIVEN SIZE Class I 100lb. 100 601b. 80 25 lb 50 21b. Not to Exceed 10 b) Placement. The slope protection shall be placed in such a manner as to produce a reasonable well - graded mass of material with the minimum practicable percentage of voids, and shall be constructed within the limits and to the lines, grades, and sections shown on the Plans. Filter fabric (Mirafi 700X or approved equal) shall be placed and toed -in before placing riprap. Materials shall be placed in horizontal layers starting on the lower edge of the section and worked up the slope. Dumping down the slope will not be permitted. Materials shall not be dropped from a height greater than 3 feet. Any damage to the slope due to the fault of the Contractor shall be repaired at no expense to the Owner. 11. SHOP DRAWINGS: Shop drawings shall be submitted on each manufactured item supplied under this Section along with other information as specified. 12. MEASUREMENT AND PAYMENT: Measurement and payment for work under this Section shall be in accordance with Section 01150. 02400 -5 SECTION 02480 GRASSING 1. SCOPE: This section includes fertilizing and grassing. 2. GENERAL: All disturbed areas resulting from work under this Contract shall be grassed. 3. FERTILIZING: a) Material. All areas to be grassed shall have fertilizer applied as specified or as determined by the soil analyses. Fertilizer shall be of such composition that when uniformly applied it will furnish not less than the following quantities of available plant food per 1,000 square feet: Nitrogen 1.0 pounds Phosphoric Acid 1.0 pounds Potash 1.0 pounds This is equivalent to a commercial 10 -10 -10 fertilizer. Commercial fertilizer blends which will give fractions exceeding these will be accepted, provided that no fraction exceeds the required by more than 2 times. The fertilizer shall be delivered to the job in original, unopened containers. 4. SEEDING: Seed shall be delivered in suitable sealed containers labeled in accordance with applicable laws and regulations and including name and location of the producer. The pure live grass seed mixture shall be as shown on the plans. a) Application. Seeds are to be sown by a mechanical spreader either hand operated or machine operated. Seeding equipment shall be such as will continuously mix the seeds to prevent segregation. b) Soil Preparation. Immediately before seeding, the soil shall have been properly prepared for seeding. Immediately after the seed has been sown, the entire area shall be raked lightly and rolled lightly to pack the soil firmly around the seed. 02480 -1 Seeded areas shall be moist when seeding and shall be kept moist by sprinkling until a good stand of grass is obtained and until the work is accepted by the Owner. Reseeding shall be done by the Contractor at his own expense as may be necessary to obtain a satisfactory stand of grass. The Contractor shall use mulch or other additive materials when conditions do not allow an acceptable stand of grass to grow. Mulch and additive materials shall contain no weed seeds. 5. MAINTENANCE AND RESEEDING: All seeded areas shall be maintained without additional payment until acceptance of the Contract and any regrading, refertilizing or reseeding shall be done at the Contractor's expense. Any areas which fail to show a "catch" or uniform stand, for any reason whatever, shall be reseeded with the original mixture, and such reseeding shall be repeated until final acceptance. The Contractor shall properly water, mow, and otherwise maintain all seeded areas until final acceptance. Damage resulting from erosion, gulleys, washouts, or other causes shall be repaired by filling with topsoil, tamping, refertilizing, and reseeding by the Contractor at his expense if such damage occurs prior to acceptance of the Contract. 6. SUBMITTAL: Manufacturer's data shall be submitted to the Engineer on grass seed and fertilizer before the materials are delivered to the project site. 7. MEASUREMENT AND PAYMENT: Measurement and payment for items provided under this Section shall be as described in Section 01150. 02480 -2 5) Exterior Coating. Exterior coating shall be an approved bituminous coating one mil thick unless otherwise shown and /or specified. b) PVC Pipe. PVC pipe shall be Underwriters' Laboratories approved and listed. PVC pipe used for water mains shall be blue in color only. It shall meet or exceed AWWA C900 with the following supplemental specifications: 1) Pressure Pipe. Pipe 4 inches and greater shall be Class 150 with Dimension Ratio 18 or lower (thicker). Pipe less than 4 inches shall be Class 200 with Dimension Ratio 21 or lower conforming to ASTM D2241. 2) Routine Hydrostatic Proof Test Requirements. Each piece of pipe shall be tested at 4 times rated pressure class. 3) Outside Diameter. Pipe shall have cast iron pipe outside diameter. 4) Joints. Pipe shall have elastomeric- gasket integral bell end. Bell section shall have a thickened wall. Gasket groove Wall thickness shall meet or exceed the thickness of the pipe barrel. 5) Fittings. Ductile iron or cast iron, if used, push -on -type conforming to ANSI A21.10 unless otherwise shown. 6) Affidavit of Compliance. The manufacturer shall furnish an affidavit that all materials delivered comply with the requirements of this standard and supplemental specifications. 7) Couplings and Fittings. Couplings and fittings shall be furnished by the pipe manufacturer and shall accommodate the pipe for which they are to be used. They shall have the same minimum pressure rating as the pipe. Coupling method shall allow for expansion or contraction of each pipe section to be taken up at each end of the pipe. Couplings shall permit 5 degree deflection (2 -1/2 degrees on each side of the pipe without any evidence of infiltration, exfiltration, or breaking. 02700 -2 c) Gate Valves. Gate valves shall be as shown on the Plans and shall conform to the following Specifications: 1) Gate Valves (3 Inches and Larger). Gate valves 3 inches and larger shall conform to AWWA C500 and shall be double disc, parallel seat type with non -rising stem. Unless otherwise indicated or specified, gate valves shall be designed for a working pressure of not less than 150 psi. Valves shall take full test pressure on either face. Valves shall be from not more than two manufacturers and similar sizes shall be identical and parts interchangeable. They shall be constructed with bolted bonnets provided with stuffing boxes having bolted followers. The stuffing boxes shall be easily accessible and shall be packed ready for use. Iron body valves 3 inches and larger shall have fittings of Grade I Bronze, except peened or rolled -in gate rings, which shall be Grade 11 Bronze. Rubbing surfaces and surfaces in contact during the seating operations, including wedge, wedge seats, thrust ring seats, top and bottom stem guide bearing surfaces, packing gland surfaces and contact seats provided for packing under pressure, shall be all bronze bushed or bronze faced. Stems for valves 3 inches and larger shall be cast, forged or rolled bronze conforming to AWWA C500. Cast stems shall be of Grade IV Bronze. Bronze for forged and rolled stems shall be Grade III. Gate valves for liquid service shall be designed for 150 psi working pressure and shall be similar in design, construction and materials to American- Darling No. 52 or 55, Mueller Company No. A- 2480 -20 or A- 2380 -6, Dresser Style 67, or equal. Unless shown or specified otherwise, manually operated valves shall be equipped with a mechanism which will allow the valve to be opened or closed with a force of not more than 40 pounds applied to the nut, crank or handwheel. All valves shall open by turning handwheels, tee wrenches or other operators in a counterclockwise direction. 2) Gate Valves (2 -1/2 Inches & Smaller.) Gate valves 2 -1/2 inches and smaller shall be designed for a working pressure of not less than 125 psi. They shall be bronze, rising stem, double disc, parallel seat, screwed bonnet type. Valves shall be similar in design, construction and materials to Crane No. 440, or Nibco No. T -111 -2 or equal, with appropriate end connections. 02700 -3 c) Gate Valves. Gate valves shall be as shown on the Plans and shall conform to the following Specifications: 1) Gate Valves (3 Inches and Larger). Gate valves 3 inches and larger shall conform to AWWA C500 and shall be double disc, parallel seat type with non -rising stem. Unless otherwise indicated or specified, gate valves shall be designed for a working pressure of not less than 150 psi. Valves shall take full test pressure on either face. Valves shall be from not more than two manufacturers and similar sizes shall be identical and parts interchangeable. They shall be constructed with bolted bonnets provided with stuffing boxes having bolted followers. The stuffing boxes shall be easily accessible and shall be packed ready for use. Iron body valves 3 inches and larger shall have fittings of Grade I Bronze, except peened or rolled -in gate rings, which shall be Grade 11 Bronze. Rubbing surfaces and surfaces in contact during the seating operations, including wedge, wedge seats, thrust ring seats, top and bottom stem guide bearing surfaces, packing gland surfaces and contact seats provided for packing under pressure, shall be all bronze bushed or bronze faced. Stems for valves 3 inches and larger shall be cast, forged or rolled bronze conforming to AWWA C500. Cast stems shall be of Grade IV Bronze. Bronze for forged and rolled stems shall be Grade III. Gate valves for liquid service shall be designed for 150 psi working pressure and shall be similar in design, construction and materials to American- Darling No. 52 or 55, Mueller Company No. A- 2480 -20 or A- 2380 -6, Dresser Style 67, or equal. Unless shown or specified otherwise, manually operated valves shall be equipped with a mechanism which will allow the valve to be opened or closed with a force of not more than 40 pounds applied to the nut, crank or handwheel. All valves shall open by turning handwheels, tee wrenches or other operators in a counterclockwise direction. 2) Gate Valves (2 -1/2 Inches & Smaller.) Gate valves 2 -1/2 inches and smaller shall be designed for a working pressure of not less than 125 psi. They shall be bronze, rising stem, double disc, parallel seat, screwed bonnet type. Valves shall be similar in design, construction and materials to Crane No. 440, or Nibco No. T -111 -2 or equal, with appropriate end connections. 02700 -3 d) Hydrants. Hydrants shall conform to AWWA C502. Main Valve opening size shall be 4 -1/2 inches minimum and inside barrel diameter shall be 7 inches minimum with 3 feet minimum bury. Hose connections shall be two 2 -1/2 inches and one 4 -1/2 inches. Nipple caps shall be chained to the barrel. Hydrant shall be DRY TOP type protecting operating threads from coming in contact with water. Operating threads will be grease lubricated through easily accessible Alemite fitting in top of operating nut. Direction of opening shall be counterclockwise and be cast on the head of the hydrant. Hose nipples shall be bronze or non - corrosive metal and threads shall be National Standard. Hydrants shall be traffic type utilizing stem breaking coupling and breakaway traffic flange. (Breakable bolts or nuts are not acceptable.) Hydrants shall be painted with 1 coat of red lead paint and 2 finish coats of approved paint of fire hydrant yellow color or as otherwise directed. e) Tapping Sleeves and Valves. Tapping sleeves and valves shall be used for making branch connections to an existing watermain. Tapping sleeves shall be provided at the locations indicated on the Plans and shall be mechanical joint type, Mueller No. H -615, Clow F -5205 or equal. Tapping valves shall be mechanical joint type gate valves, Mueller No. 667, Clow F -5093 or equal, and shall conform to the requirements of this Section. f) Water Service Pipe Material. Pipe conforming to the following specifications will be required with no exception unless approved in writing: Polyethylene To Be Marked On Pipe Nominal Size X ASTM D2737 X SDR 9 X PE 3406 X Working Pressure - 160 psi X Water Service Tubing X National Sanitation Foundation (NSF) X Preferable Pipe Color - Blue Unmarked pipe, without information noted above, will not be accepted. Brass or bronze compression type fittings shall be used. Flared connections will not be permitted. Continuous metallic tape over the pipe will be required. No gooseneck will be allotted nor will 02700 -4 solvent weld joints be allowed. Corporation and curb stops will be required on all laterals. Minimum nominal size shall be 3/4 inch. g) Corporation Stops. At each tapped point a connection to the pipe shall be made by installing a corporation stop. Corporation stops shall be Mueller H15008 Ground Key Corporation Stop, or equal, as required for the type of pipe being tapped. h) Curb Stops. Curb stop shall be 1 inch size or as shown on the Plans and shall be Mueller Company H- 15317, H- 10203, or equal. 4. INSTALLATION. a) General. Pipe, fittings, valves, hydrants and other accessories shall, unless otherwise directed, be unloaded at the point of delivery, hauled to and distributed at the site of the project by the Contractor. They shall at all times be handled with care to avoid damage. In loading and unloading, they shall be lifted by hoists or slid or rolled on skidways in such a manner as to avoid shock. Under no circumstances shall they be dropped. Pipe handled on skidways must not be skidded or rolled against pipe already on the ground. In distributing the material at the site of the work, each piece shall be unloaded opposite or near the place where it is to be laid in the trench. Coated pipe shall be handled in such a manner that a minimum of damage to the coating will result. Damaged coating shall be repaired. Pipe shall be placed on the site of work parallel with the trench alignment and with bell ends facing the direction in which the work will proceed unless otherwise directed. The interior of all pipe, fittings, and other accessories shall be kept free from dirt and foreign matter at all times. Valves and hydrants shall be drained and stored in a manner that will protect them from damage by freezing before installation. Cutting pipe for inserting fittings, or closure pieces, shall be done in a neat and workmanlike manner without damage to the pipe. Unless otherwise directed, pipe shall be laid with the bell ends facing the direction of laying. For lines on an appreciable slope, bells shall face upgrade. Wherever necessary to deflect the pipe from straight line, whether in the vertical or horizontal plane to avoid obstructions, the degree of deflection shall not exceed 2 -1/2 degrees. No pipe shall be laid in water or when the trench condition or the weather is unsuitable for such work. Installation shall be in accordance with manufacturer's instructions. All pipe and fittings shall be carefully lowered into the trench piece by piece by means of derrick, ropes or other suitable tools or equipment in such a manner as to prevent damage to the pipe. Under no circumstances shall pipe or accessories be dropped into the trench. Before lowering and while suspended, ductile iron pipe shall be inspected for defects and rung with a light hammer to detect cracks. Any defective, damaged or unsound pipe shall be rejected. All foreign matter or dirt shall be removed from the inside of the pipe before it is lowered into its position in the trench and it shall be kept clean by approved means during and after laying. Care shall be 02700 -5 taken to prevent dirt from entering the joint space. At all times when pipe laying is not in progress, the open ends of the pipe shall be closed by approved means and no trench water shall be permitted to enter the pipe. b) Ductile Iron Pipe. Proper implements, tools and facilities shall be provided and used by the Contractor for the safe and convenient prosecution of the work. c) PVC Pipe. Pipe shall be installed in accordance with ASTM D2321. Excavation, bedding and backfill shall be as specified in Section 02221. Bedding shall be Class I, II or III. d) Hydrants. Hydrants shall be set at such elevations that the connecting pipe will have the same depth of cover as the distribution mains. The connecting pipe shall be ductile iron pipe. The back of the hydrant opposite the pipe connection, shall be firmly wedged by a poured -in -place concrete thrust block against the vertical face of the trench to prevent the hydrant from blowing off the line. The base of the hydrant shall be wrapped or oiled to prevent bond between thrust blocks and hydrants. Hydrants and valves shall have the interior cleaned of all foreign matter before installation. Not less than 1 cubic foot of broken stone shall be placed around the base of the hydrant. Contractor shall place a bag over the hydrant to indicate its not being in service until after the watermain is put into service. e) Water Service Connections. Service lines shall be connected to 4 inch and larger mains with corporation stops. Connections to mains smaller than 4 inches shall be made with a rigid connection. Minimum cover of 24 inches shall be provided until a short transition to 12 inches depth at the water meter. f) Thrust Blocking. All plugs, caps, bends 11 -1/4 degrees or greater and tees shall be provided With thrust blocking in accordance with the Thrust Blocking Schedule attached to this Section or as shown on the Plans. Thrust blocking shall bear directly against the undisturbed trench wall, and shall be made with concrete having a compressive strength of at least 2,500 psi. Thrust blocking should be so arranged that it will not interfere with reworking joints should such work become necessary. If the area for thrust blocking is over excavated beyond the dimensions required by the Schedule, additional concrete shall be provided to extend the thrust blocking to undisturbed earth at no additional cost to the owner. g) Hydrostatic Tests. The Contractor shall provide all necessary equipment and shall perform all work required in connection with the tests. Each section shall be tested by hydrostatic pressure of 150 pounds per square inch. Each section shall be slowly filled with water, care being taken to expel 02700 -6 all air from the pipes. If necessary, the pipe shall be tapped at high points to vent the air. The required pressure as measured at the point of lowest elevation shall be applied for not less than 2 hours and all pipe, fittings, valves, hydrants and joints shall be carefully examined for defects. All defective joints shall be repaired or replaced. h) Connection to Existing Water System. The Contractor shall furnish necessary materials and perform all excavation, dewatering, shoring, backfilling, etc., necessary to make the connection of a new main to the existing watermairi. The Contractor shall notify the Engineer and Owner, a minimum of 48 hours in advance of construction. The Contractor shall be responsible for coordinating his construction with the Water Department. i) Damage to Water System. Damage to any part of the water system by the Contractor, or subcontractors, that is repaired by Water Department forces shall be charged to the Contractor on the basis of time and material, plus 30 percent for overhead and administration. j) Protection of Water Supply Systems. See Section 02221, Paragraph 13 for protection of Water Supply Systems. 5. CLEANING AND DISINFECTION OF NEW MAINS: All water mains must be cleaned, disinfected and the water passing through them must show by laboratory tests safe results before the system can be placed in service. Disinfection of all water lines shall be in accordance with AWWA C651. Approved methods for the accomplishment of these are as follows: Clean the interior of all pipe by brushing, swabbing or washing out all debris before laying. Stop up all branches and other openings with wooden plugs or heads until either capped or connected. Install sufficient number of hydrants to give representative sampling on the newly installed lines. The hydrants should be at least 18 inches higher than main and must discharge toward the ground. Flush the new pipe lines until the water runs clear at the end of all mains and laterals. This should be done after the pressure test and before disinfection. Each valved section of the newly laid pipe should be flushed separately with potable water. Disinfect the pipe lines with chlorine. The preferable point of application of the chlorinating agent is at the beginning of the pipe line extension, or any valved section of it, and through a corporation cock inserted in the horizontal axis of the newly laid pipe. Water from the existing distribution system should be controlled to flow very slowly into the newly laid pipe during the application of the chlorine. Partially open all hydrants or valves on the newly laid line under treatment to prevent the building up of water pressure. Continue treatment until the water flowing 02700 -7 from the hydrants at the far end of the main contains sufficient residual chlorine to develop a deep red color (50 parts per million) when orthotolidine reagent is added to a sample of water. Stop the flow of water and chlorine by closing all openings. The chlorine residual after 24 hours shall be not less than 25 parts per million. Allow the treated water to remain in the pipe line for at least 24 hours following which period the main must be thoroughly flushed until all the heavily chlorinated water has been removed. Test water samples with orthotolidine reagent to make sure all chlorine has been flushed out or until the concentration of chlorine in the newly laid lines is no higher than that of a sample taken on the supply line. Chlorine products for disinfecting water pipes are available in several forms as follows: a) Liquid chlorine is available in 100 and 150 pound steel cylinders. b) High test calcium hypochlorite is a powder and is available in 4 pound tins and 100 pound drums. The chlorine content is approximately 65 percent (comparable to commercial products known as "Perchloron ", "H.T.H. ", "Maxochlor ", etc.). c) Chlorinated lime is a powder and is available in 12 ounce cans and 110 pound drums. The chlorine content varies from 24 percent to 33 percent. Chlorinated lime is also known as chloride of lime and as bleaching powder. Liquid chlorine maybe applied to watermains by means of a solution feed chlorinating device or the gas may be fed directly from the cylinder provided it is equipped with proper devices for regulating the rate of flow and the effective diffusion of gas within the pipe. The former method is preferable to the direct feed method. High test calcium hypochlorite or chlorinated lime must be prepared as a water mixture for introduction into the watermains. Either powder should first be made into a paste and then thinned to about one percent chlorine solution. This requires the following proportions of powder to water: Pounds of Gallons Product Powder of Water High Test Calcium Hypochlorite 65% 1 7.50 Calcium Hypochlorite 15 % 1 1.50 Chlorinated Lime 24 % 1 2.50 Chlorinated Lime 1 3.50 02700 -8 Prepare a 1 percent chlorine solution in a wooden or plastic barrel and permit solids to settle. Apply the clear supernatant solution to the main through a rubber hose either by gravity, siphonage, injection, or by pumping. The application of small amounts of dry hypochlorite or chlorinated lime to each length of pipe as it is laid will not be permitted. After the new lines have been properly cleaned, sterilized, and flushed the Contractor shall send samples of the water to a state approved independent laboratory. Two samples shall be taken 24 hours apart from locations selected by the Engineer. The Engineer will arrange for the regulatory agency inspection. Lines will not be placed in operation until agency approval and Engineer directs Contractor to do so. A hydrant flow test will be performed after the lines are placed in service as directed by the Engineer. Results of the test will be reported in writing to the Engineer. 7. IDENTIFICATION: Mylar detectable tape shall be installed 6 inches below the top of the trench of the wate- mains where non - metallic pipe is used. The tape shall be 2 inches wide, of blue color and have imprinted on the tape "Caution - Water Line Below." The tape shall be a printed foil warning tape encased in mylar and shall be easily detected by electronic pipe locators. The tape shall be laid the entire length of the trench. 8. SHOP DRAWINGS: Shop drawings shall be submitted on each manufactured item supplied under this Section along with other information as specified herein. 9. MEASUREMENT AND PAYMENT: Payment will be made for water lines and appurtenances as described in Section 01150. 02700 -9 Regulatory Division 200801603 DEPARTMENT OF THE ARMY DISTRICT, CORPS OF ENGINEERS 100 W. OGLETHORPE AVENUE SAVANNAH, GEORGIA 31402 -3640 City of Tybee Island Attention: Diane Schleicher 403 Butler Avenue Tybee Island, Georgia 31328 Dear Ms. Schleicher: January 6, 2009 I refer to the Pre - construction Notification submitted on December 5, 2008, requesting verification for use of Nationwide Permit 3 to impact 0.02 acre of coastal marshland as part of the 14th Street Drainage Improvements Project. Proposed project impacts include excavation in order to widen an existing stormwater outlet channel to accommodate a new headwall and placement of stone riprap for erosion control. The outfall is located north of Venetian Drive on the western side of Tybee Island adjacent to the marshes of Tybee Creek, in Chatham County, Georgia. The request was submitted on your behalf by Sligh Enviromnental Consultants. This project has been assigned number 200801603 and it is important that you refer to this number in all communication concerning this matter. We have completed a Jurisdictional Determination (JD) for the site pursuant to the June 5, 2007, "US Army Corps of Engineers (IJSACE) JD Form Instructional Guidebook." I have enclosed a "JD Check Sheet," which summarizes the JD, delineation verification and appeals process The subject property contains waters of the United States, which are considered to be within the jurisdiction of Section 10 of the Rivers and Harbors Act of 1899 (33 U.S.C. 403) and /or Section 404 of the Clean Water Act (33 United States Code 1344). The placement of dredged or till material into any waterways and /or their adjacent wetlands including material re- deposited during mechanized land clearing or excavation of those wetlands would require prior Department of the Army authorization. • We have completed coordination with other federal and state agencies as described in Part C (27) (d) of our Nationwide Permit Program, published in the March 12, 2007, Federal Register, Vol. 72, No. 47, Pages 11092-11198 (72 FR). During our coordination procedure, no adverse comments regarding the proposed work were received. As a result of our evaluation we have verified that your proposed project meets the criteria for authorization under Nationwide Permit 3 as described in Part B (3) of the Nationwide Permit Program. 2 The Georgia Department of Natural Resources, Coastal Resources Division (GACRD) denied Georgia Coastal Management Program (GCMP) Certification, pursuant to the Coastal Zone Management Act, for use of the Nationwide Permit. THIS LETTER IS THE US ARMY CORPS OF ENGINEERS' PROVISIONAL VERIFICATION FOR YOUR USE OF THE NATIONWIDE PERMIT, AND DOES NOT AUTHORIZE WORK IN WATERS OF THE UNITED STATES. PRIOR TO BEGINNING WORK IN WATERS OF THE US YOU MUST OBTAIN GCMP CERTIFICATION FROM THE GACRD FOR YOUR PROJECT AND SUBMIT A COPY OF THE CERTIFICATION TO THIS OFFICE. Once you submit a copy of the GCMP Certification for your project to this office, you will have fulfilled this prerequisite for use of the Nationwide Permit. You will not receive confirmation of receipt of the required certification from this office. Please be advised that if you fail to obtain and submit the necessary GCMP Certification prior to beginning work, this action would be considered a willful and knowing violation of Section 404 of the Clean Water Act and appropriate enforcement action will be taken. Your use of this Nationwide Permit is valid only if you comply with all of the following special conditions: a. The activity is conducted in accordance with the information submitted and meets the conditions applicable to the Nationwide Permit, as described at Part C of the NWP Program and the Savannah District Nationwide Permit Regional Conditions. The Nationwide Permits and Savannah District's Regional Conditions can be found at www.sas.usace.army.mil/permits.htm. b. You obtain a stream buffer variance, if required. Variances are issued by the Director of the Georgia Environmental Protection Division, as defined in the Georgia Erosion and Sedimentation Control Act of 1975, as amended. c. You fill out and sign the enclosed certification and return it to our office within 30 days of completion of the activity authorized by this permit. This proposal was reviewed in accordance with Section 7 of the Endangered Species Act. Based on the information we have available, we have determined that the project would have no effect on any threatened or endangered species nor any critical habitat for such species. Authorization of an activity by a Nationwide Permit does not authorize the "take" of threatened or endangered species. In the absence of separate authorization, both lethal and non - lethal "takes" of protected species are in violation of the Endangered Species Act. See Part (C) of 72 FR for more information. This verification is valid for a period of two years from the date of this letter or until the Nationwide Permit is modified, reissued, or revoked. All of the existing Nationwide Permits are scheduled to be modified, reissued, or revoked on March 18, 2012. It is 3 incumbent upon you to remain informed of changes to the Nationwide Permits. Furthermore, if you commence or are under contract to commence this activity before the date that the Nationwide Permit is modified or revoked, you will have twelve (12) months from the date of the modification or revocation to complete the activity under the present terms and conditions of this Nationwide Permit. This authorization should not be construed to mean that any future projects requiring Department of the Army authorization would necessarily be authorized. Any new proposal, whether associated with this project or not, would be evaluated on a case -by- case basis. Any prior approvals would not be a determining factor in making a decision on any future request. Revisions to your proposal may invalidate this authorization. In the event changes to this project are contemplated, I recommend that you coordinate with us prior to proceeding with the work. This communication does not relieve you of any obligation or responsibility for complying with the provisions of any other laws or regulations of other federal, state, or local authorities. It does not affect your liability for any damages or claims that may arise as a result of the work. It does not convey any property rights, either in real estate or material, or any exclusive privileges. It also does not affect your liability for any interference with existing or proposed federal projects. If the information you have submitted and on which the US Army Corps of Engineers bases its determination/decision of authorization under the Nationwide Permit is later found to be in error, this determination may be subject to modification, suspension, or revocation. Thank you in advance for completing our Customer Survey Form. This can be accomplished by visiting wivw..s.a.c.usace.armyrnil/permits.htm (See General Information 6) and completing the survey on -line. We value your comments and appreciate your taking the time to complete a survey each time you have interaction with our office. If you have any questions, please call Iris Winn at (912) 652 -5558. rely,. Enclosures King hie , Permits Section oastal Branch Copy Furnished: Georgia Department of Natural Resources Coastal Resources Division Attention: Karl Burgess Permit Coordinator One Conservation Way, Suite 300 Brunswick, Georgia 31520 Sligh Environmental Consultants Attention: Brandon Wall 31 Park of Commerce Way, Suite 200B Savannah, Georgia 31405 5 CERTIFICATION OF COMPLIANCE WITH DEPARTMENT OF THE ARMY NATIONWIDE PERMIT 3 PERMIT FILE NUMBER: 200801603 PERMITTEE: City of Tybee Island ADDRESS: Attention: Diane Schleicher 403 Butler Avenue Tybee Island, Georgia 31328 LOCATION OF WORK: The project site is located north of Venetian Drive on the western side of Tybee Island adjacent to the marshes of Tybee Creek, in Chatham County, Georgia. PROJECT DESCRIPTION: To impact 0.02 acre of coastal marshland as part of the 14th Street Drainage Improvements Project. Proposed project impacts include excavation in order to widen an existing stormwater outlet channel to accommodate a new headwall and placement of stone riprap for erosion control. ACRES AND /OR LINEAR FEET OF WATERS OF THE US IMPACTED: 0.02 acre I understand that the permitted activity is subject to a US Army Corps of Engineers' Compliance Inspection. If I fail to comply with the permit conditions at Part C of the Nationwide Permit Program, published in the March 12, 2007, Federal Register, Vol. 72, No. 42, Pages 11092- 11198, it may be subject to suspension, modification, or revocation. I hereby certify that the work authorized by the above referenced permit as well as any required mitigation (if applicable) has been completed in accordance with the terms and conditions of the said permit. Signature of Permittee/Date US Army Corps of Engineers (USACE) Savannah District, Regulatory Division Jurisdiction/Delineation Check Sheet USACE FILE NUMBER: 200801603 DATE: 6 January 2009 1. JURISDICTIONAL DETERMINATION. An "Approved Jurisdictional Determination Form," was completed for the site in accordance with the June 5, 2007, "USACE Jurisdictional Determination Form Instructional Guidebook." This form details whether streams, wetlands and /or other waters present on the site are subject to the jurisdiction of the USACE. The completed form is available at https:/ /sasweb.sas.usace.army.mil /JD /, under the above listed file number. You may also request that a printed copy of the form be mailed to you. In summary, the USACE has determined the following with regard to waters present on the site: _X_ There are navigable waters of the United States (US) within Rivers and Harbors Act (RHA) jurisdiction present. _X_ There are waters of the US within Clean Water Act (CWA) jurisdiction present. There are isolated non - navigable waters present that are not subject to CWA jurisdiction. There are no wetlands, stream or other waters present on this site. 2. DELINEATION VERIFICATION. With regard to the location and extent of jurisdictional and/or non jurisdictional streams wetlands and other waters present on the site, the USACE has made the following determinations: Wetlands were delineated in accordance with criteria contained in the 1987 "Corps of Engineers Wetland Delineation Manual." _X_ Drawings submitted with a Pre - Construction Notification (or other application) depict the approximate location of jurisdictional waters boundaries on the project site. The USACE has verified the accuracy of depicted jurisdictional boundaries in only the immediate vicinity of jurisdictional waters to be impacted. A complete jurisdictional delineation request, including a jurisdictional waters survey, would be required in order for the USACE to consider final verification of all other jurisdictional boundaries on the project site. The survey entitled " COUNTY ", dated , is an accurate depiction of all the jurisdictional boundaries on the site, and boundaries of non - jurisdictional waters, if present. If you have not already done so, I recommend that you place a statement on the final surveyed property plat to the effect that, "JURISDICTIONAL WETLANDS AND OTHER WATERS SHOWN ON THIS PLAN ARE UNDER THE JURISDICTION OF THE US ARMY CORPS OF ENGINEERS AS SHOWN IN USACE FILE . OWNERS MAY BE SUBJECT TO PENALTY BY LAW FOR DISTURBANCE TO THESE JURISDICTIONAL AREAS WITHOUT PROPER AUTHORIZATION." This delineation will remain valid for a period of 5 years unless new information warrants revision prior to that date. 3. APPEALS: If you are not in agreement with this approved jurisdictional determination, you may request an administrative appeal under USACE regulations at 33 Code of Federal Regulation (CFR) Part 331. Enclosed you will find a Notification of Appeal Process (NAP) fact sheet and Request for Appeal (RFA) form. If you request to appeal this /these determination's you must submit a completed RFA form to the South Atlantic Division Office at the following address: Administrative Appeal Review Officer CESAD- ET -CO -R (Michael F. Bell) US Army Corps of Engineers, South Atlantic Division 60 Forsyth Street, Room 9M15 Atlanta, Georgia 30303 -8801 In order for a RFA to be accepted by the USACE, the USACE must determine that it is complete, that it meets the criteria for appeal under 33 CFR, part 331.5, and that it has been received by the Division Office within 60 days of the date of this form. It is not necessary to submit an RFA form to the Division Office if you do not object to this jurisdictional determination. 4. US DEPARTMENT OF AGRICULTURE (USDA) PROGRAM PARTICIPANTS. This delineation/determination has been conducted to identify the limits of USACE CWA jurisdiction for this site. This delineation/determination may not be valid for the wetland conservation provisions of the Food Security Act of 1985, as amended. If you or your tenant are USDA program participants, or anticipate participation in USDA programs, you should request a certified wetland determination from the local office of the Natural. Resources Conservation Service prior to starting work. Attachments: Verified Survey of Jurisdictional Streams, Wetlands and /or Other Waters _X_ Drawing of Approximate Location of Streams, Wetlands and /or Other Waters Approved Jurisdictional Determination Form(s) _X_ Notification of Appeal Process Fact Sheet /Request for Appeal Form Dec 05, 2008 - 10:36am E: \Tybee\ 108199674 _14th \Exhibit \Ex_01 - Outfall.dwg CONCRETE HEADWALL WITH SUMP APRON AND DUAL TIDEGATES FOR 42" PIPES I.E. ( —)0.60 (SEE DETAIL) 639 A Bell Company WIDEN EXISTING CHANNEL TO ACCOMODATE NEW HEADWALL AND APRON 30 SY STONE RIPRAP PLACED FLUSH WITH BANK AND BOTTOM OUTFACE 14TH ST. TYBEE ISLAND, GA. DATE: NOVEMBER, 2008 SCALE: 1" = 10' E Nov 24, 2008 - 5:23 ( /- / / / / / / / ` EXISTING _ GROUND /ROPOSED WIDENED CHANNEL TO ACCOMODATE NEW HEADWALL AND APRON — 1-- - 12.0 1639 A Bell Company SECTIONAL OF CHANNEL 14TH ST. TYBEE ISLAND, GA. DATE: NOVEMBER, 2008 SCALE: N.T.S. i ? y 0Ik�� A��e`U � Date: 01/06/2009 Applicant: City of Tybee Island File Number:200801603 Attached is: See Section below INITIAL PROFFERED PERMIT (Standard Permit or Letter of permission) A PROFFERED PERMIT (Standard Permit or Letter of permission) B PERMIT DENIAL C X APPROVED JURISDICTIONAL DETERMINATION D PRELIMINARY JURISDICTIONAL DETERMINATION SECTION I The following identifies your_ rights- and - otions regarding an, dministative' decision :Additional l formation maybe found at http : / /usace -army riiilluiet /functions /cwTceowo`Ireg Corps regulations at 33 CFRPart 33:1 E appoal o ffie ��ov r � A: INITIAL PROFFERED PERMIT: You may accept or object to the permit. • ACCEPT: If you received a Standard Permit, you may sign the permit document and return it to the district engineer for final authorization. If you received a Letter of Permission (LOP), you may accept the LOP and your work is authorized. Your signature on the Standard Permit or acceptance of the LOP means that you accept the permit in its entirety, and waive all rights to appeal the permit, including its terms and conditions, and approved jurisdictional determinations associated with the permit. • OBJECT: If you object to the permit (Standard or LOP) because of certain terms and conditions therein, you may request that the permit be modified accordingly. You must complete Section II of this form and return the form to the district engineer. Your objections must be received by the district engineer within 60 days of the date of this notice, or you will forfeit your right to appeal the permit in the future. Upon receipt of your letter, the district engineer will evaluate your objections and may: (a) modify the permit to address all of your concerns, (b) modify the permit to address some of your objections, or (c) not modify the permit having determined that the permit should be issued as previously written. After evaluating your objections, the district engineer will send you a proffered permit for your reconsideration, as indicated in Section B below. B: PROFFERED PERMIT: You may accept or appeal the permit • ACCEPT: If you received a Standard Permit, you may sign the permit document and return it to the district engineer for final authorization. If you received a Letter of Permission (LOP), you may accept the LOP and your work is authorized. Your signature on the Standard Permit or acceptance of the LOP means that you accept the permit in its entirety, and waive all rights to appeal the permit, including its terms and conditions, and approved jurisdictional determinations associated with the permit. • APPEAL: If you choose to decline the proffered permit (Standard or LOP) because of certain terms and conditions therein, you may appeal the declined permit under the Corps of Engineers Administrative Appeal Process by completing Section I1 of this form and sending the form to the division engineer. This form must be received by the division engineer within 60 days of the date of this notice. C: PERMIT DENIAL: You may appeal the denial of a permit under the Corps of Engineers Administrative Appeal Process by completing Section II of this form and sending the form to the division engineer. This form must be received by the division engineer within 60 days of the date of this notice. D: APPROVED JURISDICTIONAL DETERMINATION: You may accept or appeal the approved JD or provide new information. • ACCEPT: You do not need to notify the Corps to accept an approved JD. Failure to notify the Corps within 60 days of the date of this notice, means that you accept the approved JD in its entirety, and waive all rights to appeal the approved JD. • APPEAL: If you disagree with the approved JD, you may appeal the approved JD under the Corps of Engineers Administrative Appeal Process by completing Section II of this form and sending the form to the division engineer. This form must be received by the division engineer within 60 days of the date of this notice. E: PRELIMINARY JURISDICTIONAL DETERMINATION: You do not need to respond to the Corps regarding the preliminary JD. The Preliminary JD is not appealable. If you wish, you may request an approved JD (which may be appealed), by contacting the Corps district for further instruction. Also you may provide new information for further consideration by the Corps to reevaluate the JD. SECTION_II REQUEST F'OR APPEAL or OBJECTIONS TO AN= ITITIAT, PROFFERED PERMTT �a REASONS FOR APPEAL OR OBJECTIONS: (Describe your reasons for appealing the decision or your objections to an initial proffered permit in clear concise statements. You may attach additional information to this form to clarify where your reasons or objections are addressed in the administrative record.) ADDITIONAL INFORMATION: The appeal is limited to a review of the administrative record, the Corps memorandum for the record of the appeal conference or meeting, and any supplemental information that the review officer has determined is needed to clarify the administrative record. Neither the appellant nor the Corps may add new information or analyses to the record. However, you may provide additional information to clarify the location of information that is already in the administrative record. POINT OF CONTACT FOR QUESTIONS" OR INFORMATION .: If you have questions regarding this decision and /or the appeal process you may contact: Ms. Iris B. Winn 100 W. Oglethorpe Ave, Post Office Box 889 Savannah, Georgia 31402 -0889 (912) 652 -5558 If you only have questions regarding the appeal process you may also contact: Mr. Michael F. Bell, Administrative Appeal Review Officer CESAD- ET -CO -R U.S. Army Corps of Engineers, South Atlantic Division 60 Forsyth Street, Room 9M15 Atlanta, Georgia 30303 -880 RIGHT OF ENTRY: Your signature below grants the right of entry to Corps of Engineers personnel, and any government consultants, to conduct investigations of the project site during the course of the appeal process. You will be provided a 15 day notice of any site investigation, and will have the opportunity to participate in all site investigations. Date: Telephone number: Signature of appellant or agent. DIVISION ENGINEER: Commander U.S. Army Engineer Division, South Atlantic 60 Forsyth Street, Room 9M15 Atlanta, Georgia 30303 -3490 sligh environmental consultants, inc December 5, 2008 Ms. Carol Bernstein U.S. Army Corps of Engineers Post Office Box 889 Savannah, Georgia 31402 -0889 Subject: Nationwide Permit 3 Application 14`h Street Drainage Improvements Tybee Island, Chatham County, Georgia Dear Ms. Bernstein: DEC i 0 2008 B Y: SECI # 01 -08 -108 Sligh Environmental Consultants, Inc., on behalf of the City of Tybee Island, is pleased to submit the attached permit application requesting authorization to impact approximately 0.02 acre of Section 10 Waters of the United States to facilitate stormwater drainage outfall improvements in Chatham County, Georgia. The outfall area is located north of Venetian Drive in the southwest quadrant of Tybee Island, Georgia The attached application includes the following: ❑ USACE Nationwide 3 PCN ❑ Project Location Map ❑ State of Georgia Revocable License ❑ Coastal Zone Management Form ❑ Project Description ❑ Permit drawings depicting the proposed project Please note that the appropriate paperwork is being filed with the Georgia Depai tment of Natural Resources — Coastal Resources Division (CRD) for this project, and CRD authorization will be provided to your office for your files, upon their approval. Upon your review of this information, should you have any questions or require any additional information, please do not hesitate to contact me at (912) 232 -0451. Sincerely, vili Brandon W. Wall Project Biologist Sligh Environmental Consultants, Inc. Enclosures cc: Mr. Bill Nicholson — Hussey, Gay, Bell & DeYoung, Inc. Ms. Diane Schleicher — City of Tybee Island 31 PARK OF COMMERCE WAY / SUITE 200B / SAVANNAH, GA 31405 / T 912.232.0451 / F 912.232.0453 1815 -A BOUNDARY STREET / BEAUFORT, SC 29902 / T 843.379.2770 / F 843.379.2771 US ARMY CORPS OF ENGINEERS, SAVANNAH DISTRICT PRE - CONSTRUCTION NOTIFICATION (PCN) FORM USE OF NATIONWIDE PERMIT NUMBER(s) 3 APPLICANT /OWNER City of Tybee Island — Attn: Diane Schleicher Date November 20, 2008 Phone(hm /bus) (912) 786 -4573 FAX E -Mail Address 403 Butler Avenue City Tybee Island State Georgia Zip Code 31328 AGENT /CONSULTANT Sligh Environmental Consultants, Inc. — Attn: Brandon Wall Phone(hm /bus) (912) 232 -0451 FAX (912) 232 -0453 E -Mail b wall(a,slighec.com Address 31 Park of Commerce Way, Suite 200B City Savannah State GA Zip Code 31405 PROJECT LOCATION /ADDRESS North of Venetian Drive on Tybee Island, Chatham County, Georgia City Tybee Island County Chatham Subdivision N/A Lot N/A Latitude 31° 59' 51.3 N Longitude 80° 51' 16.1 W Hydrologic Map Cataloging Unit 03060204 Nearest Named Stream, River or Other Waterbody: Tybee Creek PROJECT DESCRIPTION The applicant is proposing drainage improvements to a residential area of Tybee Island. The project will eliminate residential flooding during storm events within the +/- 70 acre drainage basin. Proposed impacts include 0.02 acre of marsh excavation and rip -rap associated with the installation of a 42" pipe, headwall, and sump. See attached "Project Description" for details PROJECT AREA AND IMPACT INFORMATION WETLAND /STREAM IMPACT AVOIDANCE /MINIMIZATION (RC B.3) The outfall is located on an existing drainage canal within tidally influenced jurisdictional salt marsh. Impacts to jurisdictional waters are unavoidable, but were kept to a minimum while still satisfying the project purpose and remaining economically feasible. See attached "Project Description" for details. 2007 PROJECT AREA IMPACTS TO US WATERS ACRES LINEAR FEET ACRES LINEAR FEET TOTAL PROJECT AREA N.A N/A N/A N/A UPLAND N/A N/A N/A N/A WETLAND N/A N/A 0.02 N/A OPEN WATER N/A N/A PERENNIAL STREAM INTERMITTENT STREAM EPHEMERAL STREAM MAN -MADE DITCHES WETLAND /STREAM IMPACT AVOIDANCE /MINIMIZATION (RC B.3) The outfall is located on an existing drainage canal within tidally influenced jurisdictional salt marsh. Impacts to jurisdictional waters are unavoidable, but were kept to a minimum while still satisfying the project purpose and remaining economically feasible. See attached "Project Description" for details. 2007 WATER QUALITY MANAGEMENT PLAN STATEMENT (RC B.6) The applicant will comply with all local and state water quality requirements prior to construction including the use of silt fencing, grass slopes, etc. FLOODPLAIN MANAGEMENT STATEMENT (RC B.7) The applicant will comply with any Federal Emergency Management Adminstration — approved state or local floodplain management requirements. MAPS, DRAWINGS AND OTHER SUPPLEMENTAL INFORMATION. For questions 1 thru 13, YES answers must include information with this PCN necessary to adequately comply with the referenced RC, or to explain /address the question. For questions 14 and 15, no information is required. 1. Is a Georgia Revocable License required for the project? (RC A.5 and B.11) Yes X No (NOTE: If the project is located in State of Georgia regulated tidal waters (i.e., below 5.6' MTL): (1) a copy of the Georgia Revocable License Request must be attached to this PCN; and (2) a copy of the complete PCN must be submitted to the Georgia Department of Natural Resources, Coastal Resources Division.) 2. Is a Georgia Stream Buffer Variance required for the project? (RC B.12) Yes No X 3. Are federally protected species present on the project area? (RC B.4) Yes No X 4. Are cultural resources located on or near the project area? (RC B.5) Yes No X 5. Is compensatory mitigation required? (RC D) Yes No X 6. Is the project area located in a 303(D) listed stream? (RC B.8) Yes No X 7. Is the project area located in a trout stream? (RC B.9) Yes No X 8. Are culverts proposed in streams and /or wetlands? (RC B.13) Yes No X 9. Any in- stream /wetland storm water management? (RC B.13, C.1 and E.7) Yes No X 10. Will the project be phased (additional wetland /stream impacts in the future)? Yes No X 11. Have authorized wetland /stream impacts occurred in the project area? Yes No X 12. Have unauthorized wetland /stream impacts occurred in the project area? Yes No X 13. Is a request for waiver of the 300 -foot stream impact limit included? Yes No X 14. Is the project area located within 5 miles of an airport? Yes No X 15. Is the project area in a USEPA Priority Watershed? Yes No X (www.epa.gov /region4 /water /watersheds /priority.htm #FL) IMPORTANT NOTES: 1. Refer to Section "B" of the Savannah District 2007 Nationwide Permit Regional Conditions for a complete list of all information that must be submitted as an attachment to this PCN. 2. All maps and drawings that are attached to this PCN must be submitted on 8'h X 11 -inch paper. Supplemental maps and drawings larger than 8'/2 X 11 may also be submitted for clarity. 2 2007 Prepared By: sligh 31 Park of Commerce Way, Suite 200B Savannah, Georgia 31405 phone (912) 232 -0451 fax (912) 232 -0453 14th Street Drainage Improvements Project Location Map Chatham County, Georgia 4,000 Feet Exhibit Date: November 19, 2008 Drawn By: BWW Reviewed By: SFS Job Number : 01 -08 -108 STATE OF GEORGIA REVOCABLE LICENSE REQUEST In Association with a DNR Permitted Project APPLICANTS NAME(S): City of Tybee Island — Attu: Ms Diane Schleicher, City Manager Permit# ADDRESS: 403 Butler Avenue (Street) COUNTY: Chatham Tybee Island Georgia 31328 Ms. Susan Shipman Georgia Department of Natural Resources Ecological Services Branch One Conservation Way Brunswick, Georgia 31520 -8687 Dear Ms. Shipman: (City) (State) (Zip) WATERWAY: Tybee Creek DATE: November 20, 2008 1 am making application for a permit with the U.S. Department of the Army, Corps of Engineers, Savannah District. I understand that the issuance of such a permit will not relieve me of the obligation to obtain authorization from the State of Georgia since the proposed project would constitute an encroachment on the beds of tidewaters which are State -owned property. Accordingly, I hereby request that I be granted a revocable license from the State of Georgia. Attached hereto and made a part of this request is a copy of the plans and description of the project which will be the subject of such a license. I understand that if permission from the State is granted, it will be a revocable license and will not constitute a license coupled with an interest. I further acknowledge that such a license would relate only to the property interests of the State and would not obviate the necessity of obtaining any other State license, permit or authorization required by State law. I recognize that 1 waive my right of expectation of privacy and I do not have the permission of the State of Georgia to proceed with such project until a copy of this request has been signed by Commissioner Holcomb. Attachment By: By: (Diane Schleicher), City Manager %Xxx X% xr. XXxxxxxxxxx % %xXxxxxxxxXxXxxxxxx�Y (Applicant), title if applicable The State of Georgia hereby grants you a revocable license not coupled with an interest as provided in your request, This area may now or in the future be utilized by boats employing power drawn nets under the provisions for commercial or sport bait shrimping. In its occupancy and use of the premises, licensee shall not discriminate against any person on the basis of race, gender, color, national origin, religion, age, or disability. This covenant by licensee may be enforced by termination of this license, by injunction, and by any other remedy available at law to the Department. The project proposed for this license must be completed within 3 years of the date of issuance of the license. Otherwise, action will be initiated to revoke the license. STATE OF GEORGIA Office of the Governor By: DATE: For: Noel Holcomb Commissioner -DNR Revised August 2004 U.S. ARMY CORPS OF ENGINEERS REGULATORY BRANCH, COASTAL AREA SECTION POST OFFICE BOX 889 SAVANNAH, GEORGIA 31402 -0889 To Whom It May Concern: This is to certify that the work subject to the jurisdiction of the U.S. Army Corps of Engineers as described in my application dated November 20, 2008 is, to the best of my knowledge, consistent with the Georgia Coastal Management Program. Since my project is located in the Coastal Area of Georgia, 1 understand that the U.S. Army Corps of Engineers must provide this statement to the Georgia Department to Natural Resource, Coastal Resources Division, Ecological Services Section (GADNR -CRD) for its review, and that a Department of the Army permit will not be issued until the GADNR -CRD concurs with my findings. I also understand that additional information concerning my project may be required by GADNR- CRD to facilitate its review of my project and that additional certifications may be required for other Federal or State authorizations. SIGNATURE OF APPLICANT /1/2 /0- DATE City of Tybee Island — Ms. Diane Schleicher PRINTED NAME OF APPLICANT 403 Butler Avenue STREET ADDRESS Tybee Island, Georgia 31328 CITY, STATE & ZIP CODE Project Description 14th Street Drainage Improvements Chatham County, Georgia 1.1 Site Conditions The proposed project involves improvements to an existing stormwater outfall area on Tybee Island, Georgia. The outfall is located north of Venetian Drive on the western side of Tybee Island adjacent to the marshes of Tybee Creek. Existing habitats within the project corridor consist of existing developed upland areas and jurisdictional marshland. Existing Development: The upland areas within the project area consist of the existing roadway and maintained shoulder of Venetian Drive and adjacent residential maintained areas. The vegetation is typical of maintained residential areas in the Coastal Plain of Georgia and includes bahia grass (Paspalum notatum), St. Augustine grass (Stenotaphrum secundatum), Bermuda grass (Cynodon dactylon), dollar weed (Hydrocotyle umbellata), greenbrier (Smilax bona nox), palmetto (Sabal palmetto), saw palmetto (Serenoa repens), and eastern red cedar (Juniperus virginiana). Jurisdictional Marshland: The project area also contains jurisdictional marshlands associated with Tybee Creek. Vegetation consists of cordgrass (Spartina alternora), saltwater false - willow (Baccharis angustifolia), and sea oxeye (Borrichia frutescens). In addition to the vegetated marsh, a three to four foot wide ditch connects to the existing outfall pipe and is currently and historically has been used to channel stormwater away from residential areas. 1.2 Proposed Site Development Plans The proposed drainage improvement project requires 900 square feet (0.02 acre) of coastal marshlands impact. Impacts include minor excavation at the uppermost reach of the existing stormwater drainage channel to create a sump into which the pipes will drain and rip -rap for bank stabilization and erosion control. These impacts are necessary and at the minimum level to accommodate the pipes, headwall, and sump and improve the drainage of this residential area of Tybee Island. 1.3 Proposed Activities in Jurisdiction The proposed jurisdictional impacts include 0.02 acre of excavation adjacent to the existing stormwater outlet channel. The channel already serves the purpose of channeling stormwater away from the residential areas of Tybee Island. The project plan calls for another 42 -inch storm drain pipe to be installed adjacent to the existing 42 -inch drain pipe. In order to ensure adequate hydraulic function of the newly installed pipe, the sump must be widened at the outfall. The minor amount of excavation needed to accommodate the pipes, new headwall, and sump and provide a hydraulically effective transition back to the existing open channel will be 900 square feet (0.02 acre) with a removed volume of 50 cubic yards. This is the minimum amount of impact required to achieve the project objectives. The existing rip -rap which is located adjacent to the existing outfall will be replaced. Additional rip -rap will be placed around the new pipe outfall and sump to stabilize the pipes and reduce erosion and sedimentation into receiving waters. The rip -rap will be kept at a minimum acceptable level to achieve the project goals and adequately stabilize the outfall. 2.0 Project Justification As previously mentioned, the purpose of this project is to improve the stormwater drainage of a residential area of Tybee Island. Fourteenth Street is the center of an inverted basin which occupies most of the southwestern quadrant of Tybee Island. The total area of this basin is approximately 70 acres and includes many homes and residential streets. Being on a barrier island, elevations in the area range from five to ten feet. As part of historical construction of the area, many of the residential structures were built with slab - on -grade construction with the finished floors approximately six to seven feet above sea level. Residential 1 streets regularly flood during summer afternoon thunderstorms or during periods of extended rainfall. When strong rain is combined with high tides, flooding can be severe with dozens of homes flooding — the last time being Labor Day 2007. The depth of the water inside homes has been as much as two feet ruining much of the interior finishing, furniture, and other private property. 3.0 Alternatives Analysis Considering factors such as site location, availability, site access, wetland area, and a variety of economic concerns, the applicant evaluated on -site and off -site alternatives and wetland impact avoidance and minimization during the planning phases of the project. 3.1 Off -Site Alternatives: The options for off -site alternatives are limited due to the nature of the project (drainage improvements to an existing residential area.) The only effective off -site alternative is the construction of a stormwater pump station. However, stormwater pump stations are only typically constructed for the removal of stormwater where gravity drainage is impossible or impractical. They are not only very expensive to construct, operate, and maintain, but they also have a number of potential problems and require regular maintenance and inspection. Also, pump stations are typically constructed in more rural areas or areas where open space is available. The permit project area, and the +/- 70 acre adjacent drainage basin consists of a 1 00% built out residential neighborhood. There is not a large enough available property to construct a pump station. In addition, from an engineering standpoint, it is widely accepted that the use of stormwater pump stations is recommended only where no other practicable alternative is available such as drainage ditches. Given the lack of an adequate construction area, the infeasible economic justification, and the low degree of engineering preference of pump stations to existing drainage ditches, the applicant rejected the alternative of using a stormwater pump station. 3.2 On -Site Alternatives: With the overall site plan chosen, the applicant considered several alternatives to the outfall area to avoid jurisdictional impacts. First, no action would leave the existing 42 inch pipe to drain the adjacent residential areas. This was rejected because it would not achieve the project objectives of eliminating residential flooding. Another alternative was to back the outfall structure out of the marsh, but there is not enough room to construct the necessary sump and headwall without interfering with the adjacent roadway. As mentioned before, the outfall requires a larger sump area of excavation to ensure adequate hydraulic function. Excavating the required amount of area landward of the jurisdictional marshline would interfere with an existing privately owned dock access on an adjacent property, an existing driveway into a restaurant, and the existing Venetian Drive. This alternative would not only result in an adverse effect on private property, but would also compromise the safety of a public roadway. For these reasons, this alternative was rejected. Another alternative was to raise the discharge point above the elevation of the marsh. However, there are several problems with this alternative as well. First, in order to provide minimal slopes and cover the pipes, it is necessary that the outlet end of the pipes be as low as possible. If the discharge point was to be above the marsh elevation, it would result in an invert around 2.5 feet and would limit the pipe size to no more than 30 inches, and more likely 24 inches. This would be inadequate to provide sufficient relief to the affected area. Two pipes at least 42 inches in diameter are necessary to achieve the project objectives. This alternative was rejected in favor of the preferred alternative of installing two 42 inch pipes and expanding the upper reaches of the existing open channel to accommodate the additional 42 inch pipe. 3.3 Avoidance and Minimization: After considering the alternatives, the applicant decided on the proposed site plan. In an effort to avoid and minimize jurisdictional impacts to the greatest extent practicable, the applicant has considered impact minimization. Due to the nature of the drainage project, and given the arrangement of jurisdictional areas in relation to the limited and inadequate amount of usable upland area, jurisdictional impacts were unavoidable. 2 The applicant spent a considerable amount of time and resources to decide on the most efficient alternative with the least amount of environmental impact. As previously discussed, the amount of impact is limited to the minimum amount to ensure adequate drainage of the improvement project. Without these impacts, the drainage project would be ineffective and would not provide drainage relief to Tybee residents. It should be noted that no temporary impacts are proposed and all construction activities will be performed in a manner so as not to cause any adverse effects to adjacent marsh areas. All excavated material will be lifted out of the marsh and placed in a dump truck to be removed off -site. No grading is proposed, and any possible spill back from the excavator will be minimal and not result in an adverse effect to coastal marshlands. Upon completion of construction activities, the outfall area will be left to revegetate naturally, and no maintenance will be required for the foreseeable future. All construction activities will be performed in accordance with Georgia Best Management Practices (BMP's) and will conform to any land disturbance ordinances required by Chatham County and the City of Tybee Island. 4.0 Threatened and Endangered Species SECI has completed a threatened and endangered species survey within the project area where plant communities and habitats were observed and noted to determine if they match the habitat types where the listed species have potential to occur. The project area contains salt marsh which may be considered habitat for several listed species. However, the project plan consists of a minor amount of impact adjacent to an existing roadway and residential areas. Due to the developed condition of the upland areas, the proximity of marsh to developed/roadway areas, and the minimal nature of the impacts, it was concluded that the development of this project is not expected to impact any individual or population of a listed threatened or endangered species. 5.0 Conclusion In conclusion, the City of Tybee Island is proposing to impact 0.02 acre of jurisdictional waters as part of the 14th Street Drainage Improvements Project. The applicant has taken all necessary measures to ensure that the unavoidable impacts are necessary and minimized. All construction activities will be performed in accordance with Best Management Practices to minimize erosion or sedimentation. 3 Printed: Dec 05, 2008 - 10:36am E: \Tybe e \ 108199674_14th \Exhibit \Ex_01-Outfall.dwg WIDEN EXISTING CHANNEL TO ACCOMODATE NEW \ HEADWALL AND APRON 30 SY STONE RIPRAP PLACED FLUSH WITH BANK AND BOTTOM CONCRETE HEADWALL WITH SUMP APRON AND DUAL TIDEGATES FOR 42" PIPES I.E. ( —)0.60 (SEE DETAIL) w3� A Bell Company OUTFACE 14TH ST. TYBEE ISLAND, GA. DATE: NOVEMBER, 2008 SCALE- 1" = 10' SECTIONAL OF CHANNEL 14TH ST. TYBEE ISLAND, GA. DATE: NOVEMBER, 2008 SCALE: N.T.S. t 4 E: \Tybee \108199674_14 i EXISTING_ _ /- —GROUND / / / 1:1 ---.. s...., / ........ ....... / ...., / ,..„„.. -.., / ',.. -- 12.0 PROPOSED WIDENED CHANNEL TO ACCOMODATE NEW HEADWALL AND APRON le A Bell emptily TX Result Report P 1 12/11/2008 09:24 Serial N0. CM35228060004 TC: 19809 Destination Start Time Time Prints Result Note 2320453 2320453 12 -11 09:08 12 -11 09:15 00:04:06 00:08:32 001 /004 003/004 COnt OK Note MIX: Mixed Original_TX11CALL:OManual1TX. Original Size yFWUD:FForward. PC: PC -Fax, RLY: Double-Sided MBX: ConfidentDirection. . : BulletPinC1SIP rSIPnFax.FIPADR:FIP Address Fax. I -FAX: Internet Fax Result OK: Communication OK, S -OK: Stop Communication, PW -OFF: Power Switch OFF, TEL: RX from TEL, NG: Other Error, Cont: Continue, No Ans: No Answer, Refuse: Receipt Refused, Busy: Busy, M- Full:Memory Full, LOUR:Receiving length Over, POVER:Receiving page Over, FIL:File Error, DC:Decode Error, MDN:MDN Response Error, DSN:DSN Response Error. MAYOR Jason Duelterman CITY COUNCIL Wanda Doyle, Mayor Pro Tern Charlie R. Brewer Barry Brown Eddie Crone Dick Smith Paul Wolff December 11, 2008 CITY OF TYBEE ISLAND Mr. Brandon Wall Sligh Environmental Consultants 31 Park of Commerce Way, Suite 2008 Savannah, Georgia 31405 RE: 14m Street Drainage Improvements, Tybee Island, Chatham County, Georgia Dear Mr. Wall_ CITY MANAGER Diane Schleicher CITY CLERK Vivian Woods CITY ATTORNEY Edward M. Hughes This letter is to inform you that the proposed drainage improvements along 14°' Street do not violate arty zoning laws of the City of Tybee Island_ This Ending is based upon review of the attached map and drawings. Should you have arty questions, please feel free to contact me at 912 - 786 -4573 ext. 107. Sincerely, rannyn Allen Director of Planning and Economic Development CC: Ms_ Diane Schleicher Mr_ Joe Wilson Enclosures P.O. Box 2749 - 403 Butler Avenue, Tybee Island, Georgia 31328 -2749 (866) 786 -4573 - FAX (866) 786 -5737 www.cityoftybee.org MAYOR Jason Buelterman CITY COUNCIL Wanda Doyle, Mayor Pro Tem Charlie R. Brewer Barry Brown Eddie Crone Dick Smith Paul Wolff December 11, 2008 IN (.0.4. , s CITY CLERK Icy 121 I Vivian Woods 4#4_ CITY OF TYBEE ISLAND CITY MANAGER Diane Schleicher Mr. Brandon Wall Sligh Environmental Consultants 31 Park of Commerce Way, Suite 2008 Savannah, Georgia 31405 RE: 14`x' Street Drainage Improvements, Tybee Island, Chatham County, Georgia Dear Mr. Wall: CITY ATTORNEY Edward M. Hughes This letter is to inform you that the proposed drainage improvements along 14`x' Street do not violate any zoning laws of the City of Tybee Island. This finding is based upon review of the attached map and drawings. Should you have any questions, please feel free to contact me at 912 - 786 -4573 ext. 107. Sincerely, rannyn Allen Director of Planning and Economic Development CC: Ms. Diane Schleicher Mr. Joe Wilson Enclosures P.O. Box 2749 — 403 Butler Avenue, Tybee Island, Georgia 31328 -2749 (866) 786 -4573 — FAX (866) 786 -5737 www.cityoftybee.org aC) Tybee Island Project Location Prepared By: sligh 31 Park of Commerce Way, Suite 200B Savannah, Georgia 31405 phone (912) 232 -0451 fax (912) 232 -0453 14th Street Drainage Improvements Project Location Map Chatham County, Georgia 2,000 Feet Exhibit Date: November 19, 2008 Drawn By: BWW Reviewed By SFS Job Number: 01 -08 -108 E oo Lri x WIDEN EXISTING CHANNEL x TO ACCOMODATE NEW \ HEADWALL AND APRON 30 SY STONE RIPRAP PLACED FLUSH WITH BANK AND BOTTOM x 14' \ X 7.25' x / \ / x 1rt►� / / x..1.1. .. . .� O. x • ■ CONCRETE HEADWALL �• �`�' / / WITH SUMP APRON V. / AND DUAL TIDEGATES �j� FOR 42 PIPES I.E. ( —)0.60 (SEE DETAIL) i/,' \ / / \ y // x / / ,' // / / y/ 1639 ABell Company OUTFALL 14TH ST. TYBEE ISLAND, GA. DATE: NOVEMBER, 2008 SCALE- 1" = 10' Printed: Nov 24, 2008 - 5:23pm I _ ,r- /i / / - / -� / / / / ` EXISTING _ GROUND /ROPOSED WIDENED CHANNEL TO ACCOMODATE NEW HEADWALL AND APRON - - — — L 12 0 oy KB9 A Bell Company SECTIONAL OF CHANNEL 14TH ST. TYBEE ISLAND, GA. DATE: NOVEMBER, 2008 SCALE. N.T.S. sligh environmental consultants, inc December 5, 2008 Ms. Brannyn Allen City of Tybee Island P.O. Box 2749 Tybee Island, Georgia 31328 RE: 14th Street Drainage Improvements Tybee Island Chatham County, Georgia Dear Ms. Allen: SECI # 01 -08 -108 The City of Tybee Island is applying for a Coastal Marshlands Protection Act permit requesting authorization to impact coastal marshlands as part of the 14th Street Drainage Improvements Project. The subject outfall area is located north of Venetian Drive. At your earliest convenience, please certify (by letter and stamping or signing the attached drawings) that the activities proposed are allowable under the provisions of the zoning and building ordinances for the City of Tybee Island. Please return the certification letter and stamped/signed drawing to my attention. If you should have any questions or require additional information, please do not hesitate to call me. Sincerely or"( Brandon W. Wall Project Biologist Sligh Environmental Consultants, Inc. Enclosure Cc: Mr. Bill Nicholson — Hussey, Gay, Bell & DeYoung, Inc. 31 PARK OF COMMERCE WAY / SUITE 200B / SAVANNAH, GA 31405 / T 912.232.0451 / F 912.232.0453 1815-A BOUNDARY STREET / BEAUFORT, SC 29902 / T 843.379.2770 / F 843.379.2771 w39 A Bell Company HUSSEY, GAY, BELL & DEYOUNG, INC. CONSULTING ENGINEERS TRANSMITTAL Date: 12/3/2008 To: Diane Schleicher City Manager City of Tybee Island Re: 14th Street Drainage Improvements for City of Tybee Island Job #: cc: ESTABLISHED 1958 We are transmitting VI herewith, 0 under separate cover, the following: ITEM TRANSMITTED BY Hand/Messenger RECEIVED 12.44-og rev %s.d Copies Date Description i( Action 1 Addendum No. 2 dated December 3, 2008 For Your Use 1 Revised Plan Sheet Nos. 2, 4, 5, 6, 7, 8pnd 12 dated December 3, 2008 For Your Use 1 Revised Bid Proposal dated December 3, 2008 For Your Use Remarks: Delivered by Bob Henning Signed: ✓' `'°`� Nancy A. Lamb E -Mail: nlamb @hgbd.com Assistant - Construction Division 329 COMMERCIAL DRIVE (31406) • P.O. BOX 14247 • SAVANNAH, GEORGIA 31416 -1247 • TELEPHONE 912.354.4626 • FACSIMILE 912.354.6754 HUSSEY, GAY, BELL & DEYOUNG, INC. CONSULTING ENGINEERS SAVANNAH, GEORGIA December 3, 2008 ADDENDUM NO. 2 TO THE PLANS AND CONTRACT DOCUMENTS FOR 14TH STREET DRAINAGE IMPROVEMENTS FOR THE CITY OF TYBEE ISLAND, GEORGIA All Bidders and other interested parties are hereby notified of the following additions and /or revisions to the Plans and Specifications of the referenced project. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED ON THE BID PROPOSAL *********************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** Minutes of the Pre -Bid Meeting The minutes of the pre -bid conference in Addendum Number 1 contained a discussion of the method of bid evaluation and award. This discussion is by this Addendum changed to the following: • Bidders will complete the bid proposal form in its entirety. This will result in separate totals for Parts 1 and 2, which will be entered into the appropriate places on the bid proposal form. • The totals for 1 and 2 will be added to provide a project total. • All Part 1 bids will be evaluated to determine the one which is most advantageous for the City. Likewise, the combined Part 1 and Part 2 will be evaluated on the same basis. • If the combined Part 1 and Part 2 total is within the limits of available funds, then the award will be for the entire project. Otherwise, the award will be for Part 1 only. There will not be any consideration given to awarding to the low bidder for Part 1 and Part 2. There will only be one contractor on the project. ADDENDUM NO. 2 DATED DECEMBER 3, 2008 • The additive alternate will not be considered in the award decision. It will only come into consideration if the City has funds available and the bid is determined to be advantageous to the City. Contract Documents and Specifications 1. The Bid Schedule in the Bid Proposal section has been revised to account for project changes resulting from comments from prospective bidders. Current item number 42 in Part 1 has been deleted. As a result, the Summary section has also been modified. The Bid Proposal is re- issued in its entirety. Also, a new Bid Proposal on colored paper is included in the Addendum for submission of the bid. 2. Item 37 in Section 01150 has been deleted, with previous item 38 becoming 37. This section is reissued in its entirety. Plans 1. Sheets 2, 4, 5, 6, 7, 8, and 12 were modified due to revisions or for clarification. These 7 sheets are reissued and should be used to replace the previous like numbered sheets. -End of Addendum- 2 ADDENDUM NO. 2 DATED DECEMBER 3, 2008 BID PROPOSAL City of Tybee Island P.O. Box 2749 Tybee Island, Georgia 31328 ATTENTION: Ms. Diane Schleicher City Manager PROJECT TITLE: 14TH STREET DRAINAGE IMPROVEMENTS SUBMITTED BY: Gentlemen: Having carefully examined the Plans, Specifications and other Contract Documents relating to 14TH STREET DRAINAGE IMPROVEMENTS dated November, 2008 and Addendum No.(s) , and also having carefully inspected the premises and the conditions affecting the work, the undersigned hereby proposes and agrees to furnish all materials, labor skill, equipment, tools and other things of every kind and description specified, needed or used for the complete execution of all work covered by and in conformity with the aforesaid Plans, Specifications and other Contract Documents prepared by HUSSEY, GAY, BELL & DEYOUNG, INC., Consulting Engineers (hereinafter called the "Engineer ") and all Amendments and Addenda thereto, for the sums hereinafter stated. SCHEDULE OF BID PROPOSAL: Bidder must fill in unit prices in figures, make extensions of each item and total as indicated. For complete information concerning these items, see Plans and Specifications. 1 ADDENDUM NO. 2 DATED DECEMBER 3, 2008 BID SCHEDULE 14TH STREET DRAINAGE IMPROVEMENTS Hussey, Gay, Bell & DeYoung, Inc. Tybee Island, Georgia Savannah, Georgia November, 2008 Item # Description Estim. Qty. Unit Price Total Price PART 1 1 Remove Bush or Shrub 11 EA 2 Remove Tree 40 EA 3 Remove storm drain pipe, all sizes 1,600 LF 4 Remove existing drainage structure 20 EA 5 Channel Excavation 50 CY 6 Grading, part 1 only, complete, including finish grading of shoulders and swales, construction layout, soils testing, etc. and all other measures required to complete the project as shown on the plans JOB LS 7 Removal of unsuitable subgrade material 350 CY 8 Foreign Borrow (Replace unsuitable subgrade or trench material only after all suitable material is expended) 700 CY 9 18" Storm Drain Pipe 300 LF 10 30" Storm Drain Pipe 290 LF 11 36" Storm Drain Pipe 570 LF 12 42" Storm Drain Pipe 820 LF 13 42" Reinforced Concrete Storm Drain Pipe 380 LF 14 Grate Inlet 20 EA 15 Storm Manhole 5 EA 16 Cast -in -place Junction Box JOB LS 17 Concrete Headwall, Double 42" Pipe with Tideflex Check Valves JOB LS 18 Interference Manhole 2 EA 19 Sanitary service tap, 4" service line and connection to existing service line 10 EA 20 6" Water Main 400 LF 21 2" Water Main 200 LF 22 6" Valve in Box 2 EA 23 2" Valve in Box 2 EA 24 Connect to existing water main with fitting 10 EA 25 Lower water main 2 EA 26 Remove and reset fire hydrant 1 EA 27 Remove and replace water service lateral 10 EA 2 ADDENDUM NO. 2 DATED DECEMBER 3, 2008 Item # Description Estim. Qty. Unit Price Total Price 28 Water Service Tap, service line, water meter and connection to existing service line 10 EA EA 29 Water Service tap, service line and connection to existing service line 8 EA EA 30 Remove and replace 4' chain link fence 40 LF LF 31 Remove and replace 6' chain link fence 60 LF EA 32 Remove and replace chain link fence gate 2 EA LS 33 Remove and reset wood post 3 EA 34 Remove and reset sign 15 EA 35 Remove and replace asphalt pavement 800 SY 36 Remove and replace concrete drive 120 SY 37 Remove and replace concrete sidewalk 180 SY 38 Traffic Control (Part 1 only) 750 JOB LS 39 NPDES Compliance (Part 1 only) 15 JOB LS 40 Erosion and Sedimentation Control (Part 1 only) 2 JOB LS 41 Grassing 4,000 SY TOTAL ALL WORK, PART 1 3 PART 2 1 Remove Bush or Shrub 10 EA 2 Remove Tree 45 EA 3 Remove storm drain pipe, all sizes 550 LF 4 Remove existing drainage structure 10 EA 5 Grading, part 2 only, complete, including finish grading of shoulders and swales, construction layout, soils testing, etc. and all other measures required to complete the project as shown on the plans JOB LS 6 Removal of unsuitable subgrade material 250 CY 7 Foreign Borrow (Replace unsuitable subgrade or trench material only after all other suitable material is expended) 600 CY 8 18" Storm Drain Pipe 90 LF 9 30" Storm Drain Pipe 290 LF 10 36" Storm Drain Pipe 560 LF 11 42" Storm Drain Pipe 750 LF 12 Grate Inlet 15 EA 13 Storm Manhole 2 EA 14 Interference Manhole 2 EA 3 ADDENDUM NO. 2 DATED DECEMBER 3, 2008 Item # Description Estim. Qty. Unit Price Total Price 15 Sanitary service tap, 4" service line and connection to existing service line 10 EA 16 6" Water Main 50 LF 17 2" Water Main 50 LF 18 6" Valve in Box 1 EA 19 2" Valve in Box 2 EA - 20 Connect to existing water main with fitting 2 EA 21 Connect to existing water main with tapping sleeve and tapping valve 1 EA 22 Lower Water Main 4 EA 23 Remove and reset fire hydrant 1 EA 24 Remove and replace water service lateral 8 EA 25 Water service tap, service line, water meter and connection to existing service line 4 EA 26 Water service tap, service line and connection to existing service line 4 EA 27 Remove and replace 4' chain link fence 50 LF 28 Remove and reset sign 5 EA 29 Remove and replace asphalt pavement 280 SY 30 Remove and replace concrete drive 125 SY 31 Remove and replace brick drive 20 SY 32 Remove and replace concrete sidewalk 20 SY 33 Traffic Control (Part 2 only) JOB LS 34 NPDES Compliance (Part 2 only) JOB LS 35 Erosion and Sedimentation Control (Part 2 only) JOB LS 36 Grassing 2,800 SY TOTAL ALL WORK, PART 2 $ SUMMARY TOTAL ALL WORK, PART 1 $ TOTAL ALL WORK, PART 2 $ TOTAL ALL WORK, PARTS 1 AND 2 $ 4 ADDENDUM NO. 2 DATED DECEMBER 3, 2008 For and in consideration of the sum of $1.00, the receipt of which is hereby acknowledged, the Undersigned agrees that this proposal may not be revoked or withdrawn after the time set for the opening of bids but shall remain open for acceptance for a period of sixty days following such time. In case he be notified in writing by mail, telegraph, or delivery of the acceptance of the Proposal within sixty days after the time set for the opening of bids, the Undersigned agrees to execute within ten days a Contract (Form of Agreement between Contractor and Owner) for the work for the above stated compensation and at the same time to furnish and deliver to the Owner a Performance Bond and Payment Bond in accordance with the instructions bound in the specifications, both in an amount equal to 100 percent of the contract sum. The Undersigned agrees to commence actual physical work on the site with an adequate force and equipment within ten days of a date to be specified in a written order from the Owner and to complete fully all work within 150 consecutive calendar days, or within consecutive calendar days if different than specified. The Undersigned Bidder agrees to pay to the Owner, Liquidated Damages as stated in the Special Conditions for each consecutive calendar day of delay in an amount not to exceed $250.00 per day. Enclosed herewith is a Bid Bond in the amount of Dollars ($ ) being not less than 5 percent of the Base Bid. The Bid Bond must be submitted on a form acceptable to the Owner. The Undersigned agrees that the above stated amount is the proper measure of liquidated damages which the Owner will sustain by the failure of the Undersigned to execute the Contract and to furnish the performance Bond and Payment Bond in case this proposal is accepted and further agrees to the following: If this Proposal is accepted within 60 days after the date set for the opening of bids and the Undersigned fails to execute the Contract within 10 days after written notice of such acceptance or if he fails to furnish both a Performance Bond and Payment Bond, the obligation of the Bid Bond will remain in full force and effect and the money payable thereon shall be paid into the funds of the Owner as Liquidated Damages for such failure; otherwise the obligation of the Bid Bond will be null and void. 5 ADDITIVE ALTERNATE 1 4000 SY Unit Price $ Total Price $ 1 Overlay 14`h Street from Venetian Way to 2"d— Avenue in accordance with typical section shown on the plans. This will include all tack coats and replacement of any existing surface striping. 2 Asphaltic Concrete Leveling as required to meet typical section shown on plans when surface course is placed 250 TON $ $ TOTAL, ADDITIVE ALTERNATE 1 $ For and in consideration of the sum of $1.00, the receipt of which is hereby acknowledged, the Undersigned agrees that this proposal may not be revoked or withdrawn after the time set for the opening of bids but shall remain open for acceptance for a period of sixty days following such time. In case he be notified in writing by mail, telegraph, or delivery of the acceptance of the Proposal within sixty days after the time set for the opening of bids, the Undersigned agrees to execute within ten days a Contract (Form of Agreement between Contractor and Owner) for the work for the above stated compensation and at the same time to furnish and deliver to the Owner a Performance Bond and Payment Bond in accordance with the instructions bound in the specifications, both in an amount equal to 100 percent of the contract sum. The Undersigned agrees to commence actual physical work on the site with an adequate force and equipment within ten days of a date to be specified in a written order from the Owner and to complete fully all work within 150 consecutive calendar days, or within consecutive calendar days if different than specified. The Undersigned Bidder agrees to pay to the Owner, Liquidated Damages as stated in the Special Conditions for each consecutive calendar day of delay in an amount not to exceed $250.00 per day. Enclosed herewith is a Bid Bond in the amount of Dollars ($ ) being not less than 5 percent of the Base Bid. The Bid Bond must be submitted on a form acceptable to the Owner. The Undersigned agrees that the above stated amount is the proper measure of liquidated damages which the Owner will sustain by the failure of the Undersigned to execute the Contract and to furnish the performance Bond and Payment Bond in case this proposal is accepted and further agrees to the following: If this Proposal is accepted within 60 days after the date set for the opening of bids and the Undersigned fails to execute the Contract within 10 days after written notice of such acceptance or if he fails to furnish both a Performance Bond and Payment Bond, the obligation of the Bid Bond will remain in full force and effect and the money payable thereon shall be paid into the funds of the Owner as Liquidated Damages for such failure; otherwise the obligation of the Bid Bond will be null and void. 5 ADDENDUM NO. 2 DATED DECEMBER 3, 2008 The Bidder submits the following statement of Bidder's qualifications. BIDDER'S QUALIFICATIONS NAME OF BIDDER STREET ADDRESS TELEPHONE NO. FAX NO. WHEN ORGANIZED WHERE INCORPORATED LICENSED TO DO BUSINESS IN THE STATE OF The foregoing statement of qualifications is submitted under oath: Respectfully submitted, Name: Mailing Address: By: Title: The legal name of the Bidder is: (Attach satisfactory evidence of the authority of the officer, or officers, signing on behalf of a corporation.) 6 ADDENDUM NO. 2 DATED DECEMBER 3, 2008 SECTION 01150 MEASUREMENT AND PAYMENT 1. SCOPE: Under this heading shall be included the methods of measurement and payment for items of work under this Contract. 2. ESTIMATED QUANTITIES: All estimated quantities for unit price items, stipulated in the Bid Proposal, or other Contract Documents, are approximate and are to be used as a basis for estimating the probable cost of the work and for comparing the bids submitted for the Project. The actual amounts of work done and materials furnished under price items may differ from the estimated quantities. The basis of payment for work and materials will be the actual amount of work done and material furnished. The Contractor agrees to make no claim for damages, anticipated profits or otherwise on account of any difference between the amounts of work actually performed and materials actually furnished and the estimated amounts included in the Bid Proposal. The Contractor will not be paid for any work which exceeds 25 percent of the quantity set forth in the Bid Schedule without a change order issued before the work is performed unless specifically ordered in writing by the Engineer. The Contractor will provide assistance to the Engineer to check quantities and elevations when so requested. 3. REMOVE BUSH OR SHRUB: Measurement will be on the actual number of bushes or shrubs removed as shown on the plans or directed in the field. For purposes of this project a bush or shrub will be defined as vegetation less than 10' tall with a trunk diameter less than 10 ". Payment will be at the unit price in the bid proposal and shall include removing the bush or shrub, including root ball, and disposing of it off the site of the project. 4. REMOVE TREE: Measurement will be on the basis of the actual number of trees removed as shown on the plans or directed in the field. For purposes of this project, a tree shall be defined as vegetation greater than 10' tall or with a trunk diameter greater than 10 ". Payment will be at the unit price in the bid proposal and shall include removing the tree, including roots, and disposing of it off the site of the project. 5. CHANNEL EXCAVATION: Measurement will be on the basis of the actual amount of material removed from the marsh at the pipe outfall, as shown on the plans or otherwise directed in the field. The method of measurement will be at the discretion of the Engineer. Payment will be at the unit price in the bid proposal and shall include all labor, material and equipment required to remove the material, stabilize the new banks and dispose of the material off the site of the job. 01150 -1 ADDENDUM NO. 2 DATED DECEMBER 3, 2008 6. GRADING: Grading shall be specific to the contract part indicated on the bid proposal. Payment should be lump sum and should include all labor, materials and equipment necessary to accomplish the following: • Grade roadway shoulders and swales as required to direct runoff to the stormwater inlets • Soils testing • Contract bonds, insurance, etc. • All other items required to complete the project in accordance with the plans which are not covered by other pay items. 7. REMOVAL OF UNSUITABLE SUBGRADE MATERIALS: Measurement of unsuitable material for pipelines will be as determined by sectioning the area before and after the unsuitable material is removed or other means approved by the Engineer. Unsuitable subgrade material will be determined by the Engineer with limits established as to depth and length of the area of unsuitable material. Unsuitable material will not be removed to a depth greater than two feet without written authorization from the Engineer. The total shall not exceed the quantity of unsuitable material in the Bid Schedule by more than 25 percent without a change order. Payment is for providing all labor, materials and equipment necessary to excavate and remove the unsuitable material offsite. For this project, unsuitable material will be limited to excavation below the bottom of the pipe and bedding. Any removal above this level shall be considered to be trenching and will be included in the price bid for the pipe installation. 8. FOREIGN BORROW (REPLACE UNSUITABLE SUBGRADE MATERIAL ONLY): Measurement of borrow material (compacted in place) shall be done by sectioning the area before and after the unsuitable material is removed. Borrow material will be obtained off site by the Contractor at his expense. Foreign borrow material will not be obtained until onsite suitable material from excavations is used. No extra payment will be made for onsite suitable material used to backfill and compact for replacement of unsuitable material. Payment will be at the unit price in the bid proposal and will include all labor, materials and equipment required to transport the material to the site and to place and compact the material. For this project, use of foreign borrow will be limited to replacement of removed unsuitable subgrade material and replace of material removed from the trench which is not suitable for backfilling operations. 9. PIPE: Measurement of pipe will be on the basis of the number of linear feet of pipe of each size and material in place as shown on the Plans or as measured in the field. Payment for furnishing and installing the pipe will be on the basis of the unit price for each size in the Bid proposal and shall include all work required for excavation and backfilling to properly installing the pipe. 01150 -2 ADDENDUM NO. 2 DATED DECEMBER 3, 2008 10. GRATE INLET: Payment for furnishing and installing the inlets shall be on the basis of the unit price in the Bid Proposal. Payment shall include furnishing and installing the concrete and grates shown on the Plans, excavation, dewatering and backfilling. Payment shall also include furnishing and installing a Silt sack protective mesh in each inlet. 11. STORM MANHOLE: Payment for furnishing and installing storm manholes will be based on the unit price in the Bid Schedule and shall include all labor, materials and equipment required for excavation, installation and backfilling for the manhole. 12. CAST -IN -PLACE JUNCTION BOX: Payment should be at the lump sum price in the bid proposal and shall include furnishing all labor, equipment and material required to install the junction box in accordance with the details, including excavation, dewatering and backfilling. 13. CONCRETE HEADWALL, DOUBLE 42" PIPE WITH TIDEFLEX CHECK VALVES: Payment for the structure will be at the lump sum price in the bid proposal and should include all labor, equipment and materials required to construct the concrete headwall and apron in accord with the details in the plans and likewise to install the Tide flex check valves on the pipes at the headwall. 14. INTERFERENCE MANHOLE: Payment will be on the basis of the unit price in the bid proposal and should include all labor, equipment and material required to install the manhole, remove the existing sanitary sewer pipe, temporize the sewer flow during the removal, install the ductile iron sewer through the manhole, and connect the ductile iron to the existing sewer. 15. SANITARY SERVICE TAP, ETC.: Payment for adjusting and reconnecting an existing sanitary sewer service line will be at the unit price in the bid proposal and should include furnishing all labor, equipment and material to: • Temporize or block the existing service line during the adjustment • Provide a new service tap on the existing gravity sewer • Extend a new 4" service line as required to avoid conflict with new storm drain and connect to the existing service line • Remove or plug the existing service line from the main 16. WATER MAIN: Measurement of pipe will be on the basis of the number of linear feet of pipe in place measured along centerline including valves and fittings. Payment for furnishing and installing the pipe shall be on the basis of the unit price for each item in the Bid Proposal and shall include all 01150 -3 ADDENDUM NO. 2 DATED DECEMBER 3, 2008 work required for excavation and backfilling to properly install the pipe and testing. Cost of required fittings should be included in the price bid for pipe. 17. VALVE AND BOX: Payment for furnishing and installing a gate valve and box shall be on the basis of the unit price in the Bid Proposal. Payment shall include furnishing and installing valve, adjusting valve box, excavation and backfilling to install the valve. 18. CONNECT TO EXISTING WATER MAIN WITH FITTING: Payment for connection of a new water main to an existing water main with a sleeve or other fitting shall be at the unit price in the Bid Proposal and shall include all labor, material and equipment necessary to cut the existing main, remove and/or abandon the existing line, and make a watertight connection to the existing main. 19. CONNECT TO EXISTING SYSTEM WITH TAPPING SLEEVE AND TAPPING VALVE: Payment for connecting a new water main to an existing water main with tapping sleeve and tapping valve in box shall be based on the unit price in the Bid Proposal and shall include all labor, material and equipment necessary to make the connection and properly install the components. 20. LOWER WATER MAIN: Payment should be at the unit price in the bid proposal and should include furnishing all labor, materials and equipment required to: • Shut off flow in the existing main • Cut the water main on either side of the work area • Install new, like size water main below the storm drain in accord with the detail in the plans • Clean and disinfect the new line • Connect the new main to the existing 21. REMOVE AND RESET FIRE HYDRANT: Payment will be at the unit price in the bid proposal and should include furnishing all labor, materials and equipment required to shut down the hydrant lead, extend the hydrant lead as required to avoid conflict with the storm drain, and reinstall the existing hydrant at the end of the line. 22. REMOVE AND REPLACE WATER SERVICE LATERAL: Payment shall be at the unit price in the bid proposal and should include furnishing all labor, material and equipment required to shut down the existing service line, cut it as required to avoid conflict with storm drain, install new water service line above completed storm drain, and connect to existing service line. 01150 -4 ADDENDUM NO. 2 DATED DECEMBER 3, 2008 23. WATER SERVICE TAP, SERVICE LINE, METER AND CONNECTION: Payment should be at the unit price in the bid proposal and shall include furnishing all labor, equipment and material required to: • Shut down the existing service line • Make a new connection to the water main, including corporation stop • Extend new water service line to avoid conflict with storm drain • Install new water meter as shown • Connect new service line to existing service line • Remove existing meter and service line 24. WATER SERVICE TAP, SERVICE LINE AND CONNECTION: Payment should be at the unit price in the bid proposal and should include furnishing all labor, equipment and material required to: • Shut down the existing service line • Make a new connection to the water main, including corporation stop • Install new water service line to avoid conflict with storm drain • Connect new service line to existing service line • Remove /cap existing service line 25. REMOVE AND REPLACE FENCE: Measurement will be on the basis of the actual number of linear feet of fence of each size removed and replaced as shown on the plans or as directed in the field. Payment will be at the unit price in the bid proposal and should include furnishing all labor, material and equipment required to remove the existing fence fabric and posts and then to replace them as shown. If the removed material is not suitable for replacement, the contractor shall furnish new materials of same or better quality of no additional cost to the City. 26. REMOVE AND REPLACE CHAINLINK FENCE GATE: Payment shall be at the unit price in the bid proposal and should include furnishing all labor, equipment and material required to remove the existing gate and replace it when the work is complete and the fence is back in place. If the existing gate is unsuitable for replacement, the contractor shall furnish new materials of same or better quality at no additional cost to the City. 27. REMOVE AND RESET WOOD POST: Payment shall be at the unit price in the bid proposal. 28. REMOVE AND RESET SIGN: Payment shall be at the unit price in the bid proposal and should include furnishing all material, labor and equipment required to remove the existing sign, store it during the construction activities, and reinstall it when the work is complete. If the removed sign or post is unsuitable for replacement, the contractor shall furnish new material at no additional cost to the City. 01150 -5 ADDENDUM NO. 2 DATED DECEMBER 3, 2008 29. REMOVE & REPLACE EXISTING ASPHALT PAVING: Measurement of the removal and replacement of existing asphalt paving where shown on the Plans will be based on the actual number of square yards of pavement. Payment shall be based on the unit price per square yard in the Bid Proposal and shall include the removal and off site disposal of the asphalt pavement. 30. REMOVE AND REPLACE CONCRETE DRIVE: Measurement of the removal and replacement of existing concrete driveway will be based on the actual number of tons of leveling and square yards removed and replaced as measured in the field. Payment shall be on the basis of the unit price per square yard in the bid proposal and should include the removal and off -site disposal of the concrete pavement. 31. REMOVE AND REPLACE BRICK DRIVE: Measurement of the removal and replacement of existing brick driveway will be based on the actual number of square yards removed and replaced as measured in the field. Payment will be on the basis of the unit price per square yard in the bid proposal and shall include the removal of the bricks and off -site disposal if required. If new bricks are used in the replacement, they should match the existing to the extent possible. 32. REMOVE AND REPLACE CONCRETE SIDEWALK: Measurement of the removal and replacement of existing concrete sidewalk will be based on the actual number of square yards removed and replaced as measured in the field. Payment will be at the unit price in the Bid Proposal and shall include the removal of the concrete, its off -site disposal, and the replacement walk. 33. TRAFFIC CONTROL: Payment will be at the lump sum price in the bid proposal and shall include furnishing all labor, material and equipment required to control the flow of traffic in or around the work area, as noted in the plans and specifications. This includes development of traffic control and detour plans for review and approval. The amount bid for this item should be specific to the contract part to which it applies. 34. NPDES COMPLIANCE: Payment will be on the basis of the lump sum in the bid proposal and should include all measures required to comply with the requirements of the Georgia General Permit for Construction. This will include preparation of the Stormwater Pollution Prevention Plan, the Notice of Intent and the Notice of Termination, as well as all required testing and reporting. 35. SOIL EROSION AND SEDIMENTATION: Payment for this item is for measures to be taken as indicated on the Plans and Specifications and provided in the Manual for Erosion and Sedimentation Control in Georgia. Payment is for all labor, material and equipment necessary to meet the requirements. 01150 -6 ADDENDUM NO. 2 DATED DECEMBER 3, 2008 36. GRASSING: Measurement of grassing shall be on the basis of the number of square yards furnished and installed where shown on the plans and/or as directed by the Engineer. Payment for furnishing and installing the grassing shall be at the unit price in the Bid Proposal. 37. ADDITIVE ALTERNATE 1: If the inclusion of additive alternate 1 is authorized by the City, measurement will be on the basis of the actual number of tons of leveling and square yards of roadway overlay as measured in the field. Payment will be at the unit prices in the bid schedule and will be full compensation for completing the work in accord with the typical section of the plans. This will include: • Preparation of the existing pavement • Application of tack coat as applicable • Placement of leveling and surface courses as shown and required • Placement of any pavement markings currently on the roadway. 01150 -7 City of Tybee Island. P.O. Box 2749 Tybee Island, Georgia 31328 ATTENTION: ADDENDUM NO. 2 DATED DECEMBER 3, 2008 BID PROPOSAL Ms. Diane Schleicher City Manager PROJECT TITLE: 14TH STREET DRAINAGE IMPROVEMENTS SUBMITTED BY: Gentlemen: Having carefully examined the Plans, Specifications and other Contract Documents relating to 14TH STREET DRAINAGE IMPROVEMENTS dated November, 2008 and Addendum No.(s) , and also having carefully inspected the premises and the conditions affecting the work, the undersigned hereby proposes and agrees to furnish all materials, labor skill, equipment, tools and other things of every kind and description specified, needed or used for the complete execution of all work covered by and in conformity with the aforesaid Plans, Specifications and other Contract Documents prepared by HUSSEY, GAY, BELL & DEYOUNG, INC., Consulting Engineers (hereinafter called the "Engineer ") and all Amendments and Addenda thereto, for the sums hereinafter stated. SCHEDULE OF BID PROPOSAL: Bidder must fill in unit prices in figures, make extensions of each item and total as indicated. For complete information concerning these items, see Plans and Specifications. 1 ADDENDUM NO. 2 DATED DECEMBER 3, 2008 BID SCHEDULE 14TH STREET DRAINAGE IMPROVEMENTS Tybee Island, Georgia Hussey, Gay, Bell & DeYoung, Inc. Savannah, Georgia November, 2008 Item Description Estim. Qty. Unit Price Total Price PART 1 1 2 3 4 5 Remove Bush or Shrub 11 Remove Tree 40 Remove storm drain pipe, all sizes 1,600 Remove existing drainage structure 20 8 9 10 11 12 13 14 15 16 17 Channel Excavation 50 Grading, part 1 only, complete, including finish grading of shoulders and swales, construction layout, soils testing, etc. and all other measures required to complete the project as shown on the plans EA EA LF EA CY JOB LS Removal of unsuitable subgrade material 350 CY Foreign Borrow (Replace unsuitable subgrade or trench material only after all suitable material is expended) 700 CY 18" Storm Drain Pipe 300 LF 30" Storm Drain Pipe 290 LF 36" Storm Drain Pipe 570 LF 42" Storm Drain Pipe 820 LF 42" Reinforced Concrete Storm Drain Pipe 380 LF 18 19 Grate Inlet 20 EA Storm Manhole 5 EA Cast -in -place Junction Box JOB LS Concrete Headwall, Double 42" Pipe with Tideflex Check Valves Interference Manhole JOB LS 2 EA Sanitary service tap, 4" service line and connection to existing service line 10 EA 20 21 22 23 24 25 26 27 6" Water Main 400 LF 2" Water Main 200 LF 6" Valve in Box 2 EA 2" Valve in Box 2 EA Connect to existing water main with fitting 10 EA Lower water main 2 EA Remove and reset fire hydrant 1 EA Remove and replace water service lateral 2 10 EA Item 28 Water S and con 29 Water S to existi 30 Remov 31 Remov 32 Remov 33 Remov 34 Remov 35 Remov 36 Remov 37 Remov 38 Traffic 39 NPDES 40 Erosion 41 Grassin TOTAL ADDENDUM NO. 2 DATED DECEMBER 3, 2008 Description Estim. Qty. Unit Price Total Price ervice Tap, service line, water meter -section to existing service line 10 EA ervice tap, service line and connection 1g service line 8 EA and replace 4' chain link fence 40 LF and replace 6' chain link fence 60 LF and replace chain link fence gate 2 EA al of unsuitable subgrade material and reset wood post 3 EA Borrow (Replace unsuitable subgrade ;h material only after all other suitable I is expended) and reset sign 15 EA rm Drain Pipe and replace asphalt pavement 800 SY rm Drain Pipe and replace concrete drive 120 SY rm Drain Pipe and replace concrete sidewalk 180 SY rm Drain Pipe :ontrol (Part 1 only) LF JOB LS llet Compliance (Part 1 only) EA JOB LS vlanhole and Sedimentation Control (Part 1 only) EA JOB LS ence Manhole a 4,000 SY ALL WORK, PART 1 PART 1 Remov 2 Remov 3 Remov 4 Remov 5 Gradin grading layout, require plans 6 Remov 7 Foreig or tren materi 8 18" Sto 9 30" Sto 10 36" Sto 11 42" Sto 12 Grate Ii 13 Storm 14 Interfer 3 a Bush or Shrub 10 EA a, Tree 45 EA a storm drain pipe, all sizes 550 LF a existing drainage structure 10 EA 1, part 2 only, complete, including finish of shoulders and swales, construction soils testing, etc. and all other measures i to complete the project as shown on the JOB LS al of unsuitable subgrade material 250 CY Borrow (Replace unsuitable subgrade ;h material only after all other suitable I is expended) 600 CY rm Drain Pipe 90 LF rm Drain Pipe 290 LF rm Drain Pipe 560 LF rm Drain Pipe 750 LF llet 15 EA vlanhole 2 EA ence Manhole 2 EA 3 Item 15 Sanitary connecti 16 6" Water 17 2" W ate 18 6" Valve 19 2" Valve 20 Connect 21 Connect sleeve a 22 Lower 23 Remove 24 Remove 25 Water s connecti 26 Water s to existi 27 Remove 28 Remove 29 Remove 30 Remove 31 Remove 32 Remove 33 Traffic 34 NPDES 35 Erosion 36 Grassin SUMM TOTAL TOTAL TOTAL 2 DATED DECEMBER 3, 2008 Control (Part 2 only) JOB LS Compliance (Part 2 only) JOB LS and Sedimentation Control (Part 2 only) JOB LS 3 2,800 SY TOTAL ALL WORK, PART 2 $ ■RY ALL WORK, PART 1 $ ALL WORK, PART 2 $ ALL WORK, PARTS 1 AND 2 $ 4 Unit Price T Total Price Description E Estim. Qty. U EA service tap, 4" service line and 1 10 E Main 5 50 L LF Main 5 50 L LF in Box 1 1 E EA 2 E EA in Box 2 to existing water main with fitting 2 2 E EA to existing water main with tapping 1 1 E EA 'ater Main 4 4 E EA and reset fire hydrant 1 1 E EA and replace water service lateral 8 8 E EA rvice tap, service line, water meter and 4 4 E EA srvice tap, service line and connection 4 4 E EA and replace 4' chain link fence 5 50 L LF and reset sign 5 5 E EA and replace asphalt pavement 2 280 S SY and replace concrete drive 1 125 S SY and replace brick drive 2 20 S SY and replace concrete sidewalk 2 20 S SY 4 ADDENDUM NO. 2 DATED DECEMBER 3, 2008 1 ADDITIVE ALTERNATE 1 Unit Price Total Price Overlay 14 Street from Venetian Way to 2 ' Avenue in accordance with typical section shown on the plans. This will include all tack coats and replacement of any existing surface striping. 4000 SY $ $ 2 Asphaltic Concrete Leveling as required to meet typical section shown on plans when surface course is placed 250 TON $ $ TOTAL, ADDITIVE ALTERNATE 1 $ For and in consideration of the sum of $1.00, the receipt of which is hereby acknowledged, the Undersigned agrees that this proposal may not be revoked or withdrawn after the time set for the opening of bids but shall remain open for acceptance for a period of sixty days following such time. In case he be notified in writing by mail, telegraph, or delivery of the acceptance of the Proposal within sixty days after the time set for the opening of bids, the Undersigned agrees to execute within ten days a Contract (Form of Agreement between Contractor and Owner) for the work for the above stated compensation and at the same time to fumish and deliver to the Owner a Performance Bond and Payment Bond in accordance with the instructions bound in the specifications, both in an amount equal to 100 percent of the contract sum. The Undersigned agrees to commence actual physical work on the site with an adequate force and equipment within ten days of a date to be specified in a written order from the Owner and to complete fully all work within 150 consecutive calendar days, or within consecutive calendar days if different than specified. The Undersigned Bidder agrees to pay to the Owner, Liquidated Damages as stated in the Special Conditions for each consecutive calendar day of delay in an amount not to exceed $250.00 per day. Enclosed herewith is a Bid Bond in the amount of Dollars ($ ) being not less than 5 percent of the Base Bid. The Bid Bond must be submitted on a form acceptable to the Owner. The Undersigned agrees that the above stated amount is the proper measure of liquidated damages which the Owner will sustain by the failure of the Undersigned to execute the Contract and to furnish the performance Bond and Payment Bond in case this proposal is accepted and further agrees to the following: If this Proposal is accepted within 60 days after the date set for the opening of bids and the Undersigned fails to execute the Contract within 10 days after written notice of such acceptance or if he fails to furnish both a Performance Bond and Payment Bond, the obligation of the Bid Bond will remain in full force and effect and the money payable thereon shall be paid into the funds of the Owner as Liquidated Damages for such failure; otherwise the obligation of the Bid Bond will be null and void. 5 ADDENDUM NO. 2 DATED DECEMBER 3, 2008 The Bidder submits the following statement of Bidder's qualifications. BIDDER'S QUALIFICATIONS NAME OF BIDDER STREET ADDRESS TELEPHONE NO. FAX NO. WHEN ORGANIZED WHERE INCORPORATED LICENSED TO DO BUSINESS IN THE STATE OF The foregoing statement of qualifications is submitted under oath: Respectfully submitted, Name: Mailing Address: By: Title: The legal name of the Bidder is: (Attach satisfactory evidence of the authority of the officer, or officers, signing on behalf of a corporation.) 6 Dianne Otto From: Brannyn G. Allen Sent: Wednesday, December 03, 2008 1:01 PM To: Dianne Otto Subject: FW: Response to comments on 14th Street Drainage Plans.doc Attachments: Response to comments on 14th Street Drainage Plans.doc Dianne — Please include in the file for 14th St drainage project. Thanks — Brannyn Brannyn G. Allen Planning and Economic Development Director City of Tybee Island 403 Butler Avenue P.O. Box 2749 Tybee Island, Georgia 31328 Phone: 912.786.4573 ext. 107 Fax: 912.786.9539 http: / /www.cityoftybee.org/ From: Billy Ray Nicholson [mailto:bnicholson @hgbd.com] Sent: Wednesday, December 03, 2008 12:25 PM To: Diane Schleicher Cc: whlovett @hgbd.com; davisenginc @bellsouth.net; Brannyn G. Allen Subject: FW: Response to comments on 14th Street Drainage Plans.doc All, please see my responses to Downer's comments of 11 -30. I welcome your return input. From: Carole Gay [mailto:cgay @hgbd.com] Sent: Wednesday, December 03, 2008 11:44 AM To: 'Bill Nicholson' Subject: Response to comments on 14th Street Drainage Plans.doc Response to comments on 14th Street Drainage Plans From Downer Davis dated November 30, 2008 Item recommended for address. 1. The water mains could be installed above the storm drain as noted. However, the new mains need to be in place before the storm drain work proceeds, and I would recommend that the water line not be left in a manner where excavation and pipe placement must occur beneath it. Hence, the plans still show the water mains beneath the storm drains; services, however, are to go above the storm. 2. The water service lines will be placed above the storm drains. This is addressed in the plans and specifications of Addendum 1. 3. Tybee has not been able to provide the location of sanitary sewer service lines, so they are not individually addressed on the plans. When encountered in the field they will be dealt with on a case by case basis. There are pay items and quantities in the bid proposal to cover this work. 4. The pavement removal and replacement is shown as a plan revision which is part of Addendum 2 being issued December 3, 2008. Comments for information only. 1. Having the contractor responsible for all NPDES requirements, including the ESCP and CMP, is something we have been doing on public projects for some time. It delegates the responsibility to the person in the best position to control these items. Typically, the contractor will sub out these activities to a qualified provider. 2. It is understood that getting a lush stand of grass may not be possible in all locations. The definition of "acceptable" shall take usage into consideration. 3. Interruptions will be coordinated with the City forces. 4. The project specific specifications prepared by HGBD are in my opinion better suited for the work at hand than City of Savannah specs, even with modifications. Since bids are to be received December 9, it is our recommendation that the specifications as prepared be retained; otherwise, new specs will have to be issued and the bid date put back. 5. All private utility providers have plans which they are currently reviewing. No comments have been received at this time. 6. The fire department will be notified of any hydrants taken out of service. 1 1 11 7. The water main in question is not a new water line, but a relocated replacement of an existing one. We agree that EPD approval is not required. 8. A general note requiring a spill prevention plan was added as part of Addendum 1. 9. The inlets and pipes in this case are existing ones which are to be replaced in kind. This could probably be done under a prescriptive easement for maintenance; however, for safety, a construction easement will be obtained. 10. I receive conflicting information on this. At the pre -bid Joe Wilson and I discussed the need to submit to NRCS. He had just returned from a meeting where it was stated that water and sewer work did not require an LDA, and the storm pipes are a sewer system. Joe and I then decided that this project was exempt. If the City determines otherwise, we will do the necessary submittal. 11. Downer's understanding is correct. 2 Brannyn G. Allen From: davisenginc @bellsouth.net Sent: Sunday, November 30, 2008 1:30 PM To: Brannyn G. Allen Cc: Joe Wilson; George Reese Subject: 14th Street Drainage I find the plans to be generally acceptable. I recommend the following items be addressed: 1) It appears the water line crossing the Storm Line at the west end of 14th Street could be over the new storm line. Using DIP for the water line where it crosses over the storm line would leave around 2' of cover over the storm line. Special bedding would be required for the storm line. This may be an option in other locations 2) It is my understanding based on conversations with Joe Wilson and Bill Nicholson that the water line services are being routed over the storm line rather than beneath it as shown on the plans. 2) I did not find where rerouting of sanitary sewer laterals was addressed on the plans. This may be a line item in the bid which I have not seen. It is probable that some relocation will be required. 3) The required removal and replacement existing asphalt in the north corner of Chatham and 14th should be noted by the same hatching as shown in other areas of asphalt removal. The following comments are for information only: 1) General Notes 17 & 22 reference the 2 erosion laws of GA. a) OCGA 12 -7 Erosion and Sediment Control Act of 1975 b) NPDES General Permit GAR 100001 Infrastructure Note 22 requires the Contractor prepare the Erosion Control & Pollution Control Plan and Comprehensive Monitoring Plan. I am not familiar with the Contractor bearing the responsibility for plans. 2) General Note 23 states that project closeout shall not occur until an acceptable stand of permanent grass has been established and all property owner claims have been settled. With the amount of yard and road shoulder parking on Tybee, this is going to be difficult without fencing off some of these areas. 3) Genera Notes 16 and 24 address limited interruptions of water, sanitary and storm utilities in general terms. It is my understanding the specifics are being addressed with City Staff. 4) I have not reviewed the technical specifications. When Bill Nicholson advised they would be HGBD's standard specifications, I advised him Tybee had adopted the City of Savannah's with modifications. I have been awaiting notification they are as Tybee adopted in the last year. 5) .It is my understanding from Bill Nicholson, the utility providers' (phone, power, cable, etc...) plan reviews are concurrent with mine. 6) Fire hydrants are being prior to storm line installation and will be reinstalled following storm line placement. The Fire Dept. should be notified of these events. 7) Although the water line routing at Venetian and Chatham is over 200', I do not believe it requires EPD approval. From the EPD's Minimium Standards: The following is Section 391 -3 -5 -. 04 of the Georgia Rules for Safe Drinking Water, which outlines the "Approval Requirements" for public water supply systems in Georgia. ... (2) Governmentally owned public water systems and water authorities with qualified staff and meeting operating criteria developed by the Division may, with prior approval from the Division, approve limited additions to the water system. These additions will be limited to water distribution lines to serve subdivisions, apartment complexes and shopping centers. Additions approved by the water system must be reported annually in a format prescribed by the Division. 8) The removal of sections of the existing sanitary sewer system warrants a spill prevention plan from the Contractor that is approved by the City. 1 9) The depth and location of the storm boxes less than 1' from the west R.O.W. of 2nd Ave. might require disturbance of property of others. If easements or permission of others are not obtained, this portion of the system may need to be moved further into the R.O.W. While other areas may not be this obvious, the Engineer may want to recheck the plans for this. 10) You and Joe already have emails documenting GASWCC opinion that LDA permit is required. Additionally, I referecned converstations with Chatham County and City of Savannah Engineer's offices informing me they applied for LDA's on similar projects. As Davis Engineering, Inc. has worked in all of Georgia's Coastal counties and reviews plans for several governments, my question was posed as general with no reference to Tybee. 11) It is my understanding the NOI will be on the checklist for the successful bidder. 2 LAW OFFICES CALLAWAY, BRAUN, RIDDLE & HUGHES P.C. A PROFESSIONAL CORPORATION TIMOTHY F. CALLAWAY, IN 301 WEST CONGRESS STREET DANA F. BRAUN SAVANNAH, GEORGIA 31401 R. KRANNERT RIDDLE --- EDWARD M. HUGHES TELEPHONE (912) 238.2750 D. SCOTT PORCH, IV FACSIMILE (912) 2382767 T. DANIEL TUCKER February 17, 2010 Triece G. Ziblut, Esq. Hunter Maclean Exley & Dunn PO Box 9848 Savannah, GA 31412 RE: 14th Street Drainage/Peter Hand Easement Our File No. 572.14536.669 Dear Triece: CEIVED 7 -10 REPLY TO: POST OFFICE BOX 9150 SAVANNAH, GEORGIA31412 Voice Mail Extension -108 E-Mail -Bhunhe cbfilaw.com I am enclosing a copy of the Drainage Utility Easement Agreement which has now been recorded in the Office of the Clerk of the Superior Court of Chatham County in Deed Book 358 - U, Page 811. Thank you for your cooperation and assistance with this matter. With kindest regards, I am Very truly yours, EMH/md Enclosure cc: Vivian Woods, via email, w /cy encl. Jonathan Lynn, via email, w /cy encl. ward . Hughes Clock *: 1224965 FILED FOR RECORD 2/08/2010 04:17pro PAID: 26.00 Daniel W. Hassey, Clerk Superior Court of Chatham County Chatham County, Georgia Return to: Edward M. Hughes, Esq. Callaway, Braun, Riddle & Hughes, PC P.O. Box 9150 Savannah, GA 31412 STATE OF GEORGIA COUNTY OF CHATHAM DRAINAGE UTILITY EASEMENT AGREEMENT This Easement Agreement made and entered into this g day of CSC/ , 2009, by and between CONDITIONED REALTY CO., a Georgia corporation ( "Realty "), and PE fER H. HAND and BARBARA ARCHER HAND (collectively "Hand "), (hereinafter Realty and Hand are referred to jointly as the "Grantor "), and the CITY OF TYBEE ISLAND, GEORGIA, (hereinafter referred to as the "Grantee "): WITNESSETH: WHEREAS, Realty and/or Hand is the owner of certain real property located in the City of Tybee Island, Chatham County, Georgia and being more particularly described on Exhibit "A" attached hereto and made a part hereof by reference (hereinafter referred to as the "Realty Property"); and WHEREAS, Hand and/or Realty is the owner of certain real property adjacent to the Realty Property located in the City of Tybee Island, Chatham County, Georgia and being more particularly described on Exhibit "C" attached hereto and made a part hereof by reference (hereinafter referred to as the "Hand Property "); and WHEREAS, Grantee has an easement for infrastructure presently in place on the Realty Property; and WHEREAS, Grantee is undertaking a system wide improvement of its drainage infrastructure, and in that regard is desirous of installing certain storm drain pipes over and across a portion of the Realty Property and the Hand Property; and Hand -Tybee Easement Document 781930 WHEREAS, in connection with the installation of the drainage pipes contemplated in the preceding paragraph, Grantee has asked both Realty and Hand to grant Grantee certain drainage easements, respectively, for purposes of construction, installation and maintenance of storm drain pipes and all necessary appurtenances thereto; and WHEREAS, Grantee desires to obtain, and both Realty and Hand have agreed to grant, additional temporary construction easements along with a right of ingress and egress within and over certain portions of the Realty and Hand Properties for purposes of allowing Grantee to construct and install the storm drain, drainage pipes and all other necessary appurtenances. NOW, THEREFORE, for and in consideration of the sum of Ten Dollars ($10.00) in band paid at and before the execution and delivery of these presents, the above - mentioned recitals, the mutual covenants and conditions contained herein, and in other documents referenced herein, and other good and valuable considerations, the receipt and sufficiency of which are hereby acknowledged, the undersigned parties do agree as follows: 1. Drainage Easements: Realty and/or Hand hereby conveys to Grantee a non - exclusive perpetual easement, right and privilege, over, under and across that certain area designated as "15' Drainage Easement 0.02 Acre" on the attached Plat together with pertinent facilities including, but not limited to, pipes, lines, shelves, etc. the location of such easement being more particularly shown and described on that certain plat (the "Plat ") entitled "Plat of a 15 Foot Drainage Easement Through the Western Portion of Lot 366 -A, Being Property of Conditioned Realty Co., Ward 4, Tybee Island, Fifth G.M. District, Chatham County, Georgia," prepared by Hussey, Gay, Bell & DeYoung for Tybee Island, Georgia, dated August 12, 2009, attached hereto as "Exhibit "C" and made a part hereof by reference. 2. Construction and Maintenance: a. Standards: Grantee hereby agrees, at Grantee's sole expense: (a) to construct and install the drainage pipes and all related facilities in material compliance with the plans and specifications attached hereto as Exhibit 'D" and as required and described herein; (b) to exercise its rights under this Agreement with as little inconvenience to Hand and Realty as is reasonably possible; (c) to refill and cover over to pre- existing elevations all excavation as may be required by the exercise of its rights hereunder; (d) to obtain all necessary permits and approvals to construct, install and/or maintain the Easement Areas; (e) to repair, replace, and reconstruct any improvements, landscaping or ground over of Hand and/or Realty damaged by construction and/or maintenance of the Easement Areas; (0 to remove all trash, debris and foreign matter flowing into the marsh from the drainage pipes and to maintain the marsh in as pristine and natural state as possible; (g) to maintain at all times said drainage pipes and to do whatever may be reasonably required in order for said drainage pipes to function properly; and (h) to comply with all orders and regulations of any governmental authority either now or in the future in connection with the aforesaid drainage pipes, including, but not limited to, all provisions and recommendations of the Georgia Department of Natural Resources. Furthermore, such construction, installation, inspection, maintenance, repair and replacement of the Easement Areas shall be accomplished in a workmanlike manner, during reasonable hours, upon 781930 -Oi reasonable notice, and in a manner which does not unreasonably interfere with Hand's or Realty's normal use or enjoyment of their respective property. b. No Liens: Grantee covenants and agrees that it will not cause or suffer any lien or claim of lien to be filed against the Hand Property or the Realty Property as a result of work done or caused to be done by Grantee under the provisions hereof. In the event any such lien or claim of lien is filed, Grantee will remove the same within thirty (30) days after notice of the filing thereof. c. Limitation: Grantee's rights as to the Easement Areas shall be limited to those acts reasonably necessary to construct, install, inspect, maintain, repair and replace the drainage facilities in the Easement Areas. 3. Grantor's Rights: Hand and Realty shall retain all other rights of ownership with respect to the Easement Areas, specifically including, but not limited to, the right to use their respective properties in any manner not conflicting with or impairing the easement rights granted hereby to Grantee. 4. Miscellaneous: The drainage easements, benefits and obligations created hereunder shall create mutual benefits and servitudes running with the title to the land. This Agreement shall be governed by and construed and interpreted under the laws of the State of Georgia. IN WITNESS WHEREOF, the authorized representatives of Grantor and Grantee have executed this Agreement under seal the day and year written above. Sworn to and subscribed before me this day of C , 2009. Noty Public 781930.0! GRANTOR Al !EST: If 110. ALLE• m. 'M1 C °3,.ExP 211; cc c0 it. Sworn to and subsc 'bed before me this ` day of 'd . , 2009. A..th oiji . Q o,�P het, , �ublic o ?2 °: w�'ci�to and subscribed before me " . •CHAT 1�t 0-day of , #d , 2009. Witnes ifA Public tlff'f( ALLEN ,,,...Y,•.. Ito PR :41 e$,2 J = �'?7'NAM G� it GRANTEE CITY OF TYBEE ISLAND, GEORGIA BY: Jason Buelterman, Mayor Sworn to and subscribed before me this day of , 2009. ATTEST: Witness: N fay Public 781930 -o! Vivian Woods, Clerk of Council Sworn to and subscribed before me this day of , 2009. {L.S.} Witness: PETER H. HAND Notary Public Sworn to and subscribed before me this day of , 2009. Witness: Notary Public Sworn to and subscribed efore me this day of ate:, 2009. ATTEST: {L.S.} BARBARA ARCHER HAND GRANTEE CITY OF TYBEE ISLAND, GEORGIA BY: ishouwc_1,06-dourk Witness: 781930 -01 SARA LEE VET Notary Public, Chatham County, GA My Commission Expires August 31, 2013 on Buelterman, Mayor Vivian Woods, Clerk of Council EXHIBIT A Realty Property CA) CJ1 CO cb ALL THAT CERTAIN lot, tract or parcel of land situate, lying and being in the City of Tybee Island, Chatham County, Georgia and being known and designated as the Eastern part of Lot 366A, Ward 4, being more particularly described as: Commencing at a point at the intersection of Chatham Avenue and Venetian Drive, which is the Northwest corner of Chatham Avenue and the Northeast Corner of Venetian Drive; thence North 68° 17' 30" East for a distance of 59.205 feet to the point of Beginning; thence North 17° 13' West for a distance of 409 feet to a point indicating the low water line; thence along the low water line for a distance of 36.5 feet to a point thence South 20° 26' East for a distance of 406 feet to a point; thence South 68° 17' 30' West for a distance of 59.205 feet to the point of Beginning. Said property being the Eastern portion of said Lot 366A, as shown on a map or plat by Joseph C. Keaton, Jr. dated April 25, 1989, and recorded in the aforesaid county records in Deed Book 141 -W, Page 585. 781930.01 rn rri 0.1.31.15a C plat 358 Li 818 NORSE RCN M66K 11.11. n Dr REFERENCE: L PLAT EY Sr91.47 LANG 50005 000 DATED 9EPrEMOER 2110 1077 REC05TC 0 PL4r RECORD 8005 •148•' PAGE 14. 2 SKETCH SHOWING A 0(11010N OP LOTS 9484 THROUGH 3684 or THOMAS AND HUTrON ENGINEERING COMPANY GATED AUGUST d 1457 RECORDED IN PLAT RECORD DODS 4I° PAGE 316 NOTES; 1, NO 0U 5414700 EITHER 574780 OR IMPLIED, 15 MA00 nor ewes PROPERTY ra NOT RESTRICTIONS 9USS,SIIRPACECON0171ON4,TOR ANY CLANS, 79108 MATTERS OP TITLE THAT .RE NOT 1419181.4, Nor 0(501.0800, OR THAT WOULD 8E 0(800VERED or A rrrce EXAMINATION. 2. THIS PLAT 0005 NOT ADDRESS ANT WETLAND OR ENVIRONMENTAL I5SUE6. 3. IN ACCORDANCE WITH 1140 GEORGIA COASTAL MARSHLANDS 9807007/09 ACT OP 1972 10.C41A. 12-5 -260, eR ee J, MARSHLANDS ARC UNDER THE JURISDICTION OP 714E 0800014 sr.70 O0P4R73IEN7 OP NATURAL RESOURCES. ANY 015TURSANCE OP 77iese Psorecreo AREAS WITHOUT PROPER AUTHORIZATION AND PERMIT IS 500JECT TO PENALTY 8Y LAW. 4. THE COORDINATES AND BEARING, AS SHOWN HEREON ARE IN ACCORDANCE WITH THE DEORGIA STA7E PLANE 0510 COORDINATE SYSTEM, EAST ZONE NAd53. VICINITY MAP 4- 0011 -D,:0 -012 CONDITIONED REALTY COMPANY / WESTERN PORTION LOT 360-4 Warp 4 as 330•4 PD. 400 PRO II AIf . 19 Oe 4-001,-09.01; PR8 M, PO. 3114 PETER H. & BARBARA ARCHER HAND / HIGH LANG NORTH OP 9 ADJACENT TO LOT 49, WARO 0 08 317 -I, PG. 238 /15' DRAINAGE EASEMENT"— : 0.02 ACRE l,J91tSC1fCT1QI4L WOOD WALK LINE —\\ '''''''''' ^- ...'.0.,4.01 Nib,'1gr'W ! • , ; AIr..�� / 0..01AACRE II 654121. WALK $U( / ll f I 4.0011-0$-0W NORTHERN PORTION LOT 41 WARD 6 1313 CHATHAM STREET, 1.10 08 225.11 PG. 205 9513 7•P, PG. 115 4.001I•09.O/2A COII01T10N00 REALTY COMPANY EASTERN PORTION ,.or 3064, WARD 4 DO 259 -41, PC, 89 PRO M PG. 348 4.0021.09.0064 CONDITIONED REALTY COMPANY J 4-0011 •03.000 1 107 3834, WARD 4 HORACE JOEL 6 00 330.1 90. 400 : 4190004 W. 800019050 PD 'OM Pa 14 L07 364A, WARD 4 PR8 14, pG 31e 00 205-Y, 90 076 90 BB•, PO. 14 PRO 14, PG. .0(9 /W LINO HEADWALL 860 937riW VENETIAN DRIVE 60' R/W CONCRETE IRON CONCRETE PO ND MOUND MONUMENT POUND LOT 384 GOND/TI0Nt0 REALTY COMPANY DATE 506TERN PORTION LOT 0064 Lor 365 LOT 366 CITY OP TTOEE SATE TO TIC UST Or NT KN'OY1L0000, 15105451105 1410 00Li6R Tr0 PROVISIONS 601.41010 TO OCOR5I5 000e SS0TION 15.0.6T 14 DO NOT 000000 APPROVAL OR T11I5 FIAT DT ANT OOVCRRIN0 AUTNORITT PRIOR TO TM R 001101ND 101114 THE CLERK or SUPERIOR COURT. 7.l.. 46 0.14, As Yew,. t.• r«•nn16dm., N➢ ComontN/ OHM. AO M. :049 SnwJ, WnpK INN rIJE...61/ Pac 11111314011 k4e� A Bell Company PLAT OF A 15 FOOT DRAINAGE EASEMENT THROUGH THE WESTERN PORTION OF LOT 366 -'A WING PROPERTY OF CONDITIONED REALTY WARD 4, TY8EE ISLAND, FIFTH G.M. CO, DISTRICT, CHATHAM COUNTY, GEORGIA For TYBEE ISLAND, GEORGIA PLAT DATE: AUGUST 12, 2009 FIELD SURVEY OATS: AUGUST 10, 200.9 EXHIBIT D The plans and specifications are voluminous and are incorporated by reference. They are identified as 14in Street Drainage Improvements for City of Tybee Island by Hussey, Gay, Bell & DeYoung, Inc. for Job No. 108199674. The plans and specifications are on file with the City of Tybee Island, 403 Butler Avenue, Tybee Island, Georgia 31328, at the offices of Hussey, Gay, Bell & DeYoung, 329 Commercial Drive, Savannah, Georgia 31406, and at the offices of Triece Ziblut, Hunter Maclean Exley & Dunn, 200 East St. Julian Street, Savannah, Georgia 31401. sligh environmental consultants, inc July 9, 2009 Mr. Bill Lovett Hussey, Gay, Bell & DeYoung, Inc. Post Office Box M247 Savannah, Georgia 31416 Subject: Dear Mr. Lovett: Environmental Permitting Update 14th Street Drainage Improvements City of Tybee Island Chatham County, Georgia SECI #: 01 -08 -108 Sligh Environmental Consultants, Inc. (SECI) is pleased to provide you with the following information concerning the Coastal Marshlands Protection Act (CMPA) permitting for the 14th Street Drainage Improvements Project located on Tybee Island, Georgia. The CMPA permit application was submitted on December 11, 2008 to the Georgia Department of Natural Resources — Coastal Resources Division (CRD), and additional information necessary to begin the public notice procedure was submitted to CRD in May and early June. CRD has written their public notice document and forwarded it to CRD management for review and approval; however, due to annual budget planning by CRD, the review and processing of the public notice by CRD management was delayed approximately three weeks. As per our conversations with Mr. John Wynne (CRD Project Manager) on July 8, 2009, management's opinion of the project is as follows: In our application, and as suggested by Mr. Wynne when composing the public notice document, we proposed that there was no "upland component" to this project because it is a simple stormwater outfall improvement. In summary, upland component is defined as "all those service areas, amenities, and recreational areas located inland of the Coastal Marshlands Protection Act jurisdiction line that serve or augment the functioning of the marshlands component of the project..." Upon review by CRD management, and based on the Supreme Court ruling over Cumberland Harbor in Camden County, it is their opinion that there is in fact an upland component to this project and that it may be comprised of the entire drainage area which this outfall services. It would include homes, roads, businesses, etc. on the southern end of Tybee, and improvements to any of these structures may require prior CRD notification/authorization. Based on this extreme opinion, we have a meeting scheduled with Mr. John Wynne, Mr. Karl Burgess, and Ms. Susan Shipman of CRD on July 16, 2009 at 9:30 a.m. in Brunswick to discuss in detail their issues concerning the upland component of this project. Mr. Wynne suggested proposing to them a suitable upland component for the project with justification or provide a compelling argument that there is no upland component. We appreciate the opportunity to provide you with this information. If you have any questions or comments, please do not hesitate to contact us at (912) 232 -0451. Sincerely, /a, Brandon W. Wall Project Biologist Sligh Environmental Consultants, Inc. 31 PARK OF COMMERCE WAY / SUITE 200B / SAVANNAH, GA 31405 / T 912.232.0451 / F 912.232.0453 1815 -A BOUNDARY STREET / BEAUFORT, SC 29902 / T 843.379.2770 / F 843.379.2771 Plan Review # CH 9 /57 COASTAL SOIL & WATER CONSERVATION DISTRICT EROSION & SEDIMENT CONTROL PLAN REVIEW r 01/09/09 City of Tybee 01/12/09 DATE ON PLANS Local Issuing Authority DATE RECEIVED BY GSWCC 2.80 TOTAL PROJECT ACRES Chatham County 1.80 TOTAL DISTURBED ACRES 14th Street Drainage Improvements 14th Street, City of Tybee Island NAME OF PROJECT ADDRESS 4- 0011- 03 -006A, & 007, &012, 012 plus many others SPECIFIC INFORMATION ON PROJECT (INCLUDING LAND LOT & DISTRICT NUMBER) HGBD- Jeff Netzinger 8759 4/11/09 Chipley Plan Designer level II cert.# Expiration date Soil Series Attention: Matt Ricks Fax -912 354 -6754 tel- 912 354 -4626 mricks @hgbd.com City of Tybee Island 403 Butler Avenue, Tybee Island 786 -4573 APPLICANT ADDRESS PHONE NUMBER Attention: Brannyn Allen: bgallen @cityoftybee.org Fax 786 -9539 REPORT OF TECHNICAL REVIEW X The erosion and sediment control plan for the above named project or activity meets the requirements of the erosion and sediment control ordinance or rules and regulations governing land- disturbing activities in the City of Tvbee under the provisions of the Erosion and Sedimentation Act of 1975, as amended. The erosion and sediment control plan does not meet said requirements in the City of Tvbee due to failure to include the following: Other: Note: NRCS review and District approval of this ESPC plan does not exempt the permittee from other permits required. Also this technical Review does not include the provisions found in the State General Permit nor does it absolve the owner from the requirements and responsibilities outlined in the permit. Technical review by: Ann A. Welch /44-11,:' GSWCC Level II cert.# 66 Organization: NRCS Date: 01/15/09 The technical review as accomplished and reported above. was done at the request of and is concurred in by theCoastal Soil and Water Conservation District. L // DISTRICT SUPERVISOR GEORGIA DEPARTMENT OF NATURAL RESOURCES COASTAL RESOURCES DIVISION January 15, 2009 Mr. Brandon Wall Sligh Environmental Consultants, Inc. 31 Park of Commerce Way, Suite 200B Savannah, GA 31405 IMCMZTIErri JAN 2 2009 B Y: RE: Coastal Marshlands Protection Act Permit Application, City of Tybee Island, 14th Street Drainage Improvements, Back River, Tybee Island, Chatham County, Georgia. Dear Mr. Wall, The Department has reviewed the application for proposed improvements to the existing 14th Street stormwater outfall structure on 14th Street, Tybee Island, Georgia. Staff has reviewed the application. To date, our files contain the following items: 1. A signed application; 2. A zoning letter along with a copy of the plans, signed and dated by the local zoning authority and stating that the proposed project is not violative of any zoning laws; 3. A detailed narrative describing the proposed project along with the alternative analysis and project justification; 4. Erosion and Sedimentation Statement; 5. Public Interest Statement; 6. Landfill or Hazardous Waste Statement; 7. A non - refundable fee check for $250; 8. A drawing of the proposed structure. Staff has identified additional information that is needed before the application can be considered substantially complete and ready to be placed on public notice. Please submit the following materials so that we may further evaluate your application request. 1. A warranty deed and plat; 2. A copy of the water quality certification issued by EPD, if required for the proposed project; 3. List of adjoining property owners; 4. Delineation of the projects upland boundary, description of upland component and marshlands buffer for the upland component. ONE CONSERVATION WAY BRUNSWICK, GEORGIA 31520 (912) 264 -7218 FAX: (912) 262 -3143 CoastalGaDNR.org Mr. Brandon Wall, Sligh Env. January 15, 2009 Page 2 of 2 Our permitting and legal staff is reviewing your application simultaneously. Our legal staff may contact you to clarify ownership interests or to request additional information. Once all materials have been received, the application is substantially complete and we will begin the 30 -day public notice process. During the public comment period, the committee will be reviewing the project. We will identify any additional information requested by them as provided in O.C.G.A 12 -5 -286. Public comments and questions about your project will be forwarded to you for a response and your project will be scheduled for a Committee hearing date. Staff will assist you throughout the process. We appreciate your assistance in working with staff to provide a substantially complete permit application to the Coastal Marshlands Protection Committee for their consideration. Please feel free to contact me at 912 - 266 -0277 with any questions or comments. Sincerely, John Wynne Coastal Permit Coordinator Ecological Services Section cc: City manager, Tybee Island, GA file Plan Review # CH C/ /.f COASTAL SOIL & WATER CONSERVATION DISTRICT EROSION & SEDIMENT CONTROL PLAN REVIEW RECEIVED a-09.09 12/18/08 City of Tybee 12/24/08 DATE ON PLANS Local Issuing Authority DATE RECEIVED BY GSWCC 2.80 TOTAL PROJECT ACRES Chatham County 1.80 TOTAL DISTURBED ACRES 14th Street Drainage Improvements 14th Street, City of Tybee Island NAME OF PROJECT ADDRESS PIN #s SPECIFIC INFORMATION ON PROJECT (INCLUDING LAND LOT & DISTRICT NUMBER) HGBD- Jeff Netzinger 8759 4/11/09 Chipley Plan Designer O level II cert.# Expiration date Soil Series Attention: Matt Ricks Fax -912 354 -6754 tel- 912 354 -4626 mricks @hgbd.com City of Tybee Island 403 Butler Avenue, Tybee Island 786 -4573 APPLICANT ADDRESS PHONE NUMBER Attention: Brannyn Allen: bgallen @cityoftybee.org Fax 786 -9539 REPORT OF TECHNICAL REVIEW The erosion and sediment control plan for the above named project or activity meets the requirements of the erosion and sediment control ordinance or rules and regulations governing land- disturbing activities in the City of Tvbee under the provisions of the Erosion and Sedimentation Act of 1975, as amended. X The erosion and sediment control plan does not meet said requirements in the City of Tvbee due to failure to include the following: Please see checklist and contact reviewer at 459 -2070 Mon & Wed and 598 -0424 Tues and Thur. if you have any questions. 2. The level II certification number is missing form sheet 2. Also the engineer seal signature is missing on all sheets. 6. Could you provide at least 2 PIN numbers? 15. Please add the soil symbol to all plan ES &PC sheet 08 thru 11. 21. Please show and label the Limits of Disturbance on all ES &PC plans. 24. Please add Du (dust control) to areas of disturbance. 27.In your legend please fix Dsl, it is mulch, not down drain pipe. 27. Please add 2 rows of type C silt fence along the 25 foot State waters buffer along the pipe construction area. 28. Please fix the narrative note on sheet 02A to reflect this project. 35.On sheet 2A the V.G.d certificate needs the owner's signature. 37. Add a note to sheet 08 in the vicinity of the buffer that states:" This project will not encroach into the 25' state water buffer except in the area for the storm pipe installation, as shown. 44.Please add retention of records information as listed in #48 of the training document on the gaswcc.org web site under "documents" in "P ". 44. Provide a type C silt fence detail. 44. Please remove the silt sack detail this is not approved by the commission. 50. Please provide the sheet with the outfall detail. Other: Note: NRCS review and District approval of this ESPC plan does not exempt the permittee from other permits required. Also this technical Review does not include the provisions found in the State General Permit nor does it absolve the owner from the requirements and responsibilities outlined in the permit. i Technical review by: Ann A. Welch KW GSWCC Level II cert.# 66 Organization: NRCS Date: 12/31/08 The technical review as accomplished and reported above was done at the request of and is concurred in by theCoastal Soil and Water Conservation District. DISTRICT SUPERVISOR 11-/0/ /O f( DATE' ��iEOe��IA Coastal Resources Division December 16, 2008 Mr. Brandon Wall Sligh Environmental Consultants, Inc. 31 Park of Commerce Way, Suite 200B Savannah, GA 31405 RECEIVED k r_VgGMIIWg1 DEC 19 2008 BY. RE: Coastal Marshlands Protection Act Permit Application, City of Tybee Island, 14th Street Drainage Improvements, Back River, Tybee Island, Chatham County, Georgia. Dear Mr. Wall, The Department has received a copy of your application materials for the above referenced proposed project. The application is currently being reviewed by permitting staff. You will be contacted within the next 30 days to arrange a meeting or to advise you of the status of your application. Based on the information submitted, you will also receive a request for additional information needed to evaluate the proposed project. Once all materials have been received, and the application is substantially complete, the Department will begin the 30 -day public notice process. Public comments and questions about your project will be forwarded to you for a response and subsequently, the project will be scheduled for a Coastal Marshlands Protection Committee hearing date. If the proposed project is less than 1/10 of an acre, it may be considered under the minor alteration provision of the CMPA (O.C.G.A. �12 -5 -282 (9), 12- 5- 283(d)) and handled accordingly. Staff will assist you throughout the process. We appreciate your assistance in resolving any points of interest raised during the review of your application. Please feel free to contact either me at 912 - 266 -0277 with any inquiries or requests. Sincerely, ,'. John Wynne Coastal Permit Coordinator Ecological Services Section cc: City of Tybee Island file Georgia Department of Natural Resources " Coastal Resources Division One Conservation Way " Brunswick, Georgia 31520 TEL: (912) 264 -7218 " FAX: (912) 262 -3113 " WEB: http : / /crd.dnr.state.ga.us sligh environmental consultants, inc December 11, 2008 Mr. John Wynne Georgia Depai tiuent of Natural Resources Coastal Resources Division One Conservation Way Brunswick, Georgia 31523 Subject: Dear Mr. Wynne: Coastal Marshlands Protection Act Permit Application 14`h Street Drainage Improvements Tybee Island, Georgia RECEIVED SECI # 01 -08 -108 Sligh Environmental Consultants, Inc., on behalf of the City of Tybee Island, is pleased to submit the attached Coastal Marshlands Protection Act Permit Application requesting authorization to impact approximately 0.02 acre of Section 10 Coastal Marshlands to improve the drainage of residential areas of Tybee Island, Georgia. The proposed impacts are required for maintenance and improvements to an existing stormwater outfall structure to eliminate the frequent flooding of nearby Tybee Island homes. The subject outfall is located north of Venetian Drive on the southwestern quadrant of Tybee Island, Chatham County, Georgia. The attached application includes the following: ❑ Joint Application ❑ Project Location Map ❑ State of Georgia Revocable License ❑ Coastal Zone Consistency Form ❑ CESAS Form 19 Support Documentation ❑ Permit drawings depicting the proposed project ❑ Letter from the Local Zoning Authority If you have any questions or comments upon your review of this information, please contact us at (912) 232 -0451. Brandon W. Wall Project Biologist Sligh Environmental Consultants, Inc. Enclosures cc: Mr. Bill Nicholson — Hussey, Gay, Bell & DeYoung, Inc. Ms. Diane Schleicher — City of Tybee Island Mr. Joe Wilson — City of Tybee Island 31 PARK OF COMMERCE WAY / SUITE 200B / SAVANNAH, GA 31405 / T 912.232.0451 / F 912.232.0453 1815 -A BOUNDARY STREET / BEAUFORT, SC 29902 / T 843.379.2770 / F 843.379.2771 JOINT APPLICATION FOR A DEPARTMENT OF THE ARMY, CORPS OF ENGINEERS PERMIT, STATE OF GEORGIA MARSHLAND PROTECTION PERMIT, REVOCABLE LICENSE AGREEMENT AND REQUEST FOR WATER QUALITY CERTIFICATION AS APPLICABLE INSTRUCTIONS FOR SUBMITTING APPLICATION: Every Applicant is Responsible to Complete The Permit Application and Submit as Follows: One copy each of application, location map, drawings, copy of deed and any other supporting information to addresses 1, 2, and 3 below. If water quality certification is required, send only application, location map and drawing to address No. 4. 1. For Department of the Army Permit, mail to: Commander, U.S. Army Engineer District, Savannah ATTN: CESAS- OP-F, P.O. Box 889, Savannah, Georgia 31402 -0889. Phone (912)652 -5347 and/or toll free, Nationwide 1- 800 -448- 2402. 2. For State Permit - State of Georgia (six coastal counties only) mail to: Habitat Management Program, Coastal Resources Division, Georgia Department of Natural Resources, 1 Conservation Way, Brunswick, Georgia 31523. Phone (912) 264 -7218. 3. For Revocable License - State of Georgia (six coastal counties plus Effingham, Long, Wayne, Brantley and Charlton counties only) - Request must have State of Georgia's assent or a waiver authorizing the use of State owned lands. All applications for dock permits in the coastal counties, or for docks located in tidally influenced waters in the counties listed above need to be submitted to Real Estate Unit. In addition to instructions above, you must send two signed fonn letters regarding revocable license agreement to: Ecological Services Coastal Resources Division, Georgia Department of Natural Resources, 1 Conservation Way, Brunswick, Georgia 31523. Phone (912) 264 -7218. 4. For Water Quality Certification State of Georgia, mail to: Water Protection Branch, Environmental Protection Division, Georgia Department of Natural Resources, 4220 International Parkway, Suite 101, Atlanta, Georgia 30354 (404) 675 -163I. The application must be signed by the person authorized to undertake the proposed activity. The applicant must be the owner of the property or be the lessee or have the authority to perform the activity requested. Evidence of the above may be furnished by copy of the deed or other instrument as may be appropriate. The application may be signed by a duly authorized agent if accompanied by a statement from the applicant designating the agent. See item 6, page 2. I. Application No. 2. Date 3. For Official Use Only 4. Name and address of applicant. Ms. Diane Schleicher — City Manager (912) 786 -4573 City of Tybee Island 403 Butler Avenue Tybee Island, Georgia 31328 5. Location where the proposed activity exists or will occur. Lat. 31° 59' 51.3" Long. 80°51' 16.1" Chatham County N/A Near City or Town N/A Lot Size N/A Name of Waterway C &SAS Form 19 N/A Tybee Island Military District In City or Town N/A N/A Subdivision Lot No. +/- 7 Feet Approximate Elevation of Lot Georgia State Tybee Creek Name of Nearest Creek, River, Sound, Bay or Hammock 6. Name, address, and title of applicant's authorized agent for pennit application coordination. Sligh Environmental Consultants, Inc. phone (912) 232 -0451 Attn: Brandon W. Wall fax (912) 232 -0453 31 Park of Commerce Way, Suite 200B Savannah, GA 31405 Statement of Authorization: I Hereby designate and authorize the above named person to act in my behalf as my agent in the processing of this permit application and to furnish, upon request, supplemental information in support of this application. /112.-ee/c Signature of Applicant Date 7. Describe the proposed activity, its purpose and intended use, including a description of the type of structures, if any to be erected on fills, piles, of float- supported platforms, and the type, composition and quantity of materials to be discharged or dumped and means of conveyance. If more space is needed, use remarks section on page 4 or add a supplemental sheet. (See Part 111 of the Guide for additional information required for certain activities.) 8. Proposed use: Private Public X Commercial Other (Explain) 9. Names and addresses of adjoining property owners whose property also adjoins the waterway. See attached 10. Date activity is proposed to commence. Upon receipt of authorization to proceed Date activity is expected to be completed. Within two years of authorization 11. is any portion of the activity for which authorization is sought now complete Y X N A. If answer is "Yes ", give reasons in the remarks in the remarks section. Indicate the existing work on the drawings. B. If the fill or work is existing, indicate date of commencement and completion. C. If not completed, indicate percentage completed. 12. List of approvals or certifications required by other Federal, State or local agencies for any structures, construction discharges, deposits or other activities described in this application. Please show zoning approval or status of zoning for this project. Issuing Agency Type Approval Identification No. Date /Application Date /Approval 13. Has any agency denied approval for the activity described herein or for any activity directly related to the activity described herein? __Yes X NO (If "yes ", explain). Note: Items 14 and 15 are to be completed if you want to bulkhead, dredge or fill. 14. Description of operation: (If feasible, this information should be shown on the drawing). A. Purpose of excavation or fill to facilitate drainage improvements to a residential area of Tybee Island. 1. Access channel length depth width 2. Boat basin length depth width 3. Fill area length depth width 4. Other length depth width (Note: If channel, give reasons for need of dimensions listed above.) (see attached Project Description) B. I .If bulkhead, give dimensions N/A 2.Type of bulkhead construction (material) Backfill required: Yes No Cubic yards Where obtained C. Excavated material I.Cubic yards 50 2.Type of material Mud 15.Type of construction equipment to be used Excavator A. Does the area to be excavated include any wetland? Yes X_ No B. Does the disposal area contain any wetland? Yes No X C. Location of disposal area Upland area off-site D. Maintenance dredging, estimated amounts, frequency, and disposal sites to be utilized: N/A E. Will dredged material be entrapped or encased? N/A F. Will wetlands be crossed in transporting equipment to project site? No G. Present rate of shoreline erosion (if known) None 16. WATER QUALITY CERTIFICATION: In some cases, Federal law requires that a Water Quality Certification from the State of Georgia be obtained prior to issuance of a Federal license or permit. Applicability of this requirement to any specific project is determined by the permitting Federal agency. The information requested below is generally sufficient for the Georgia Environmental Protection Division to issue such a certification if required. Any item which is not applicable to a specific project should be so marked. Additional information will be requested if needed. A. Please submit the following: 1. A plan showing the location and size of any facility, existing or proposed, for handling any sanitary or industrial waste waters generally on your property. 2. A plan of the existing or proposed project and your adjacent property for which permits are being requested. 3. A plan showing the location of all points where petro- chemical products (gasoline, oils,cleaners) used and stored. Any above- ground storage areas must be diked, and there should be no storm drain catch basins within the diked areas. All valving arrangements on any petro - chemical transfer lines should be shown. 4. A contingency plan delineating action to be taken by you in the event of spillage of petro- chemical products or other materials from your operation. 5. Plan and profile drawings showing limits of areas to be dredged, areas to be used for placement of spoil, locations of any dikes to be constructed showing locations of any weir(s), and typical cross sections of the dikes. B. Please provide the following statements: I . A statement that all activities will be performed in a manner to minimize turbidity in the stream. 2. A statement that there will be no oils or other pollutants released from the proposed activities which will reach the stream. 3. A statement that all work performed during construction will be done in a manner to prevent interference with any legitimate water uses. 17. Application is hereby made for a permit or permits to authorize the activities described herein, Water Quality Certification from the Georgia Environmental Protection Division is also requested if needed. i certify that i am familiar with the information contained in this application, and that to the best of my knowledge and belief such information is true, complete and accurate. i further certify that I posses the authority to under take the proposed activities. Signature of Applicant 18. U.S.C. Section 1001 provides that: Whoever, in any matter within the jurisdiction of any department or agency of the United States, knowingly and willfully falsifies, conceals, or covers up by any trick, scheme, or device a material fact or makes any false, fictitious, or fraudulent statements or representations, or makes or uses false writing or document knowing same to contain any false, fictitious or fraudulent statement or entry, shall be fined no more than $10,000 or imprisoned not more than 5 years or both. PRIVACY ACT NOTICE The Department of the Army permit program is authorized by Section 10 of the Rivers and Harbors Act of 1899, Section 404 of time Clean Water Act and Section 103 of the Marine Protection, Research and Sanctuaries Act of 1972. These laws require permits authorizing structures and work in or affecting navigable waters of the United States, the discharge of dredged or fill material into waters of the United States, and the transportation of dredged material for the purpose of dumping it into ocean waters. Information provided will be used in evaluating the application for a permit. Information in the application is made a matter of public record through issuance of a public notice. Disclosure of the information requested is voluntary, however, the data requested are necessary in order to communicate with the applicant and to evaluate the permit application. If necessary information is not provided, the permit application cannot be processed nor can a pennit be issued. SUPPORTING REMARKS: 1 Prepared By: sligh 31 Park of Commerce Way, Suite 200B Savannah, Georgia 31405 phone (912) 232 -0451 fax (912) 232 -0453 14th Street Drainage Improvements Project Location Map Chatham County, Georgia 4,000 Feet Exhibit Date: November 19, 2008 Drawn By. BWW Reviewed By SFS Job Number: 01 -08 -108 STATE OF GEORGIA REVOCABLE LICENSE REQUEST In Association with a DNR Permitted Project APPLICANTS NAME(S): City of Tybee Island — Attu: Ms Diane Schleicher, City Manager Permit#f ADDRESS: 403 Butler Avenue (Street) COUNTY: Chatham Ms. Susan Shipman Georgia Department of Natural Resources Ecological Services Branch One Conservation Way Brunswick, Georgia 31520 -8687 Dear Ms. Shipman: Tybee Island Georgia (City) (State) 31328 (Zip) WATERWAY: Tybee Creek DATE: November 20, 2008 I am making application for a permit with the U.S. Department of the Army, Corps of Engineers, Savannah District. t understand that the issuance of such a permit will not relieve me of the obligation to obtain authorization from the State of Georgia since the proposed project would constitute an encroachment on the beds of tidewaters which are State -owned property. Accordingly, I hereby request that I be granted a revocable license from the State of Georgia. Attached hereto and made a part of this request is a copy of the plans and description of the project which will be the subject of such a license. I understand that if permission from the State is granted, it will be a revocable license and will not constitute a license coupled with an interest. I further acknowledge that such a license would relate only to the property interests of the State and would not obviate the necessity of obtaining any other State license, permit or authorization required by State law. 1 recognize that I waive my right of expectation of privacy and I do not have the permission of the State of Georgia to proceed with such project until a copy of this request has been signed by Commissioner Holcomb. Attachment Sincerely,, By: By: (Diane Schleicher), City Manager *xxxxiexxae am xxxx x *xx* (Applicant), title if applicable The State of Georgia hereby grants you a revocable license not coupled with an interest as provided in your request. This area may now or in the future be utilized by boats employing power drawn nets under the provisions for commercial or sport bait shrimping. In its occupancy and use of the premises, licensee shall not discriminate against any person on the basis of race, gender, color, national origin, religion, age, or disability. This covenant by licensee may be enforced by termination of this license, by injunction, and by any other remedy available at law to the Department. The project proposed for this license must be completed within 3 years of the date of issuance of the license. Otherwise, action will be initiated to revoke the license. STATE OF GEORGIA Office of the Governor By: DATE: For: Noel Holcomb Commissioner -DNR Revised August 2004 U.S. ARMY CORPS OF ENGINEERS REGULATORY BRANCH, COASTAL AREA SECTION POST OFFICE BOX 889 SAVANNAH, GEORGIA 31402 -0889 To Whom It May Concern: This is to certify that the work subject to the jurisdiction of the U.S. Army Corps of Engineers as described in my application dated November 20, 2008 is, to the best of my knowledge, consistent with the Georgia Coastal Management Program. Since my project is located in the Coastal Area of Georgia, 1 understand that the U.S. Army Corps of Engineers must provide this statement to the Georgia Department to Natural Resource, Coastal Resources Division, Ecological Services Section (GADNR-CRD) for its review, and that a Department of the Army permit will not be issued until the GADNR -CRD concurs with my findings. 1 also understand that additional information concerning my project may be required by GADNR- CRD to facilitate its review of my project and that additional certifications may be required for other Federal or State authorizations. SIGNATURE OF APPLICANT DATE City of Tybee Island — Ms. Diane Schleicher PRINTED NAME OF APPLICANT 403 Butler Avenue STREET ADDRESS Tybee Island, Georgia 31328 CITY, STATE & ZIP CODE CESAS Supporting Documentation l4th Street Drainage Improvements Chatham County, Georgia The following information is submitted as support documentation in association with the attached application requesting authorization to impact waters of the U.S. pursuant to Section 10 of the Rivers and Harbors Act of 1899 and the Coastal Marshlands Protection Act of 1970 pursuant to the Official Code of Georgia Annotated, Part 12 -5 -286 (OCGA). 1.0 Project Description 1.1 Site Conditions The proposed project involves improvements to an existing stormwater outfall area on Tybee Island, Georgia. The outfall is located north of Venetian Drive on the western side of Tybee Island adjacent to the marshes of Tybee Creek. Existing habitats within the project corridor consist of existing developed upland areas and jurisdictional marshland. Existing Development: The upland areas within the project area consist of the existing roadway and maintained shoulder of Venetian Drive and adjacent residential maintained areas. The vegetation is typical of maintained residential areas in the Coastal Plain of Georgia and includes bahia grass (Paspalum notatum), St. Augustine grass (Stenotaphrum secundatum), Bermuda grass (Cynodon dactylon), dollar weed (Hydrocotyle umbellata), greenbrier (Smilax bona nox), palmetto (Sabal palmetto), saw palmetto (Serenoa repens), and eastern red cedar (Juniperus virginiana). Jurisdictional Marshland: The project area also contains jurisdictional marshlands associated with Tybee Creek. Vegetation consists of cordgrass (Spartina alternWora), saltwater false - willow (Baccharis angustifolia), and sea oxeye (Borrichia frutescens). In addition to the vegetated marsh, a three to four foot wide ditch connects to the existing outfall pipe and is currently and historically has been used to channel stormwater away from residential areas. 1.2 Proposed Site Development Plans The proposed drainage improvement project requires 900 square feet (0.02 acre) of coastal marshlands impact. Impacts include minor excavation at the uppermost reach of the existing stormwater drainage channel to create a sump into which the pipes will drain and rip -rap for bank stabilization and erosion control. These impacts are necessary and at the minimum level to accommodate the pipes, headwall, and sump and improve the drainage of this residential area of Tybee Island. 1.3 Proposed Activities in Jurisdiction The proposed jurisdictional impacts include 0.02 acre of excavation adjacent to the existing stormwater outlet channel. The channel already serves the purpose of channeling stormwater away from the residential areas of Tybee Island. The project plan calls for another 42 -inch storm drain pipe to be installed adjacent to the existing 42 -inch drain pipe. In order to ensure adequate hydraulic function of the newly installed pipe, the sump must be widened at the outfall. The minor amount of excavation needed to accommodate the pipes, new headwall, and sump and provide a hydraulically effective transition back to the existing open channel will be 900 square feet (0.02 acre) with a removed volume of 50 cubic yards. This is the minimum amount of impact required to achieve the project objectives. The existing rip -rap which is located adjacent to the existing outfall will be replaced. Additional rip -rap will be placed around the new pipe outfall and sump to stabilize the pipes and reduce erosion and sedimentation into receiving waters. The rip -rap will be kept at a minimum acceptable level to achieve the project goals and adequately stabilize the outfall. 1 2.0 Project Justification As previously mentioned, the purpose of this project is to improve the stormwater drainage of a residential area of Tybee Island. Fourteenth Street is the center of an inverted basin which occupies most of the southwestern quadrant of Tybee Island. The total area of this basin is approximately 70 acres and includes many homes and residential streets. Being on a barrier island, elevations in the area range from five to ten feet. As part of historical construction of the area, many of the residential structures were built with slab - on -grade construction with the finished floors approximately six to seven feet above sea level. Residential streets regularly flood during summer afternoon thunderstorms or during periods of extended rainfall. When strong rain is combined with high tides, flooding can be severe with dozens of homes flooding — the last time being Labor Day 2007. The depth of the water inside homes has been as much as two feet ruining much of the interior finishing, furniture, and other private property. 3.0 Alternatives Analysis Considering factors such as site location, availability, site access, wetland area, and a variety of economic concerns, the applicant evaluated on -site and off-site alternatives and wetland impact avoidance and minimization during the planning phases of the project. 3.1 Off -Site Alternatives: The options for off -site alternatives are limited due to the nature of the project (drainage improvements to an existing residential area.) The only effective off -site alternative is the construction of a stormwater pump station. However, stormwater pump stations are only typically constructed for the removal of stormwater where gravity drainage is impossible or impractical. They are not only very expensive to construct, operate, and maintain, but they also have a number of potential problems and require regular maintenance and inspection. Also, pump stations are typically constructed in more rural areas or areas where open space is available. The permit project area, and the +1- 70 acre adjacent drainage basin consists of a 100% built out residential neighborhood. There is not a large enough available property to construct a pump station. In addition, from an engineering standpoint, it is widely accepted that the use of stormwater pump stations is recommended only where no other practicable alternative is available such as drainage ditches. Given the lack of an adequate construction area, the infeasible economic justification, and the low degree of engineering preference of pump stations to existing drainage ditches, the applicant rejected the alternative of using a stormwater pump station. 3.2 On -Site Alternatives: With the overall site plan chosen, the applicant considered several alternatives to the outfall area to avoid jurisdictional impacts. First, no action would leave the existing 42 inch pipe to drain the adjacent residential areas. This was rejected because it would not achieve the project objectives of eliminating residential flooding. Another alternative was to back the outfall structure out of the marsh, but there is not enough room to construct the necessary sump and headwall without interfering with the adjacent roadway. As mentioned before, the outfall requires a larger sump area of excavation to ensure adequate hydraulic function. Excavating the required amount of area landward of the jurisdictional marshline would interfere with an existing privately owned dock access on an adjacent property, an existing driveway into a restaurant, and the existing Venetian Drive. This alternative would not only result in an adverse effect on private property, but would also compromise the safety of a public roadway. For these reasons, this alternative was rejected. Another alternative was to raise the discharge point above the elevation of the marsh. However, there are several problems with this alternative as well. First, in order to provide minimal slopes and cover the pipes, it is necessary that the outlet end of the pipes be as low as possible. If the discharge point was to be above the marsh elevation, it would result in an invert around 2.5 feet and would limit the pipe size to no more than 30 inches, and more likely 24 inches. This would be inadequate to provide sufficient relief to the affected area. Two pipes at least 42 inches in diameter are necessary to achieve the project objectives. This alternative was rejected in favor of the preferred alternative of installing two 42 inch pipes and expanding the upper reaches of the existing open channel to accommodate the additional 42 inch pipe. 2 3.3 Avoidance and Minimization: After considering the alternatives, the applicant decided on the proposed site plan. In an effort to avoid and minimize jurisdictional impacts to the greatest extent practicable, the applicant has considered impact minimization. Due to the nature of the drainage project, and given the arrangement of jurisdictional areas in relation to the limited and inadequate amount of usable upland area, jurisdictional impacts were unavoidable. The applicant spent a considerable amount of time and resources to decide on the most efficient alternative with the least amount of environmental impact. As previously discussed, the amount of impact is limited to the minimum amount to ensure adequate drainage of the improvement project. Without these impacts, the drainage project would be ineffective and would not provide drainage relief to Tybee residents. It should be noted that no temporary impacts are proposed and all construction activities will be performed in a manner so as not to cause any adverse effects to adjacent marsh areas. All excavated material will be lifted out of the marsh and placed in a dump truck to be removed off -site. No grading is proposed, and any possible spill back from the excavator will be minimal and not result in an adverse effect to coastal marshlands. Upon completion of construction activities, the outfall area will be left to revegetate naturally, and no maintenance will be required for the foreseeable future. All construction activities will be performed in accordance with Georgia Best Management Practices (BMP's) and will conform to any land disturbance ordinances required by Chatham County and the City of Tybee Island. 4.0 Threatened and Endangered Species SECI has completed a threatened and endangered species survey within the project area where plant communities and habitats were observed and noted to determine if they match the habitat types where the listed species have potential to occur. The project area contains salt marsh which may be considered habitat for several listed species. However, the project plan consists of a minor amount of impact adjacent to an existing roadway and residential areas. Due to the developed condition of the upland areas, the proximity of marsh to developed/roadway areas, and the minimal nature of the impacts, it was concluded that the development of this project is not expected to impact any individual or population of a listed threatened or endangered species. 5.0 Essential Fish Habitat Projects proposing impacts to tidal waters must be evaluated with respect to Essential Fish Habitat (EFH) as required by the Magnuson- Stevens Fishery Conservation and Management Act. The proposed project, being located in tidal waters, has the potential to impact the estuarine and marine water column, which has been identified as essential fish habitat by the South Atlantic Fishery Management Council. The project requires a minimum amount of excavation and rip -rap to be placed within salt marsh at the upper reaches of a stormwater drainage canal. No fill material other than the minimal amount of rip -rap to be placed along the bottom and sides of the excavated area is required. Since the project will not result in a loss of habitat, it is the applicant's opinion that the proposed project will not have an adverse effect on EFH. 6.0 Impaired Waters The subject waterway is not listed on the U.S. Environmental Protection Agency 303(d) list for impaired water bodies. 7.0 Supplemental Information This additional information is provided for compliance with Coastal Marshlands Protection Act of 1970 information requirements: 3 OCGA 12 -5 -286. Permits to fill, drain, etc., marshlands. (b) Each application for such permit shall be, properly executed, filed with the department on forms as prescribed by the department, and shall include: (1) The name and address of the applicant - City of Tybee Island Ms. Diane Schleicher — City Manger 403 Butler Avenue Tybee Island, Georgia 31328 (2) A plan or drawing showing the applicant's proposal and the manner or method by which such proposal shall be accomplished. Such plan shall identify the coastal marshlands affected- See attached drawings titled: Outfall 141h St. Tybee Island, GA. and Sectional of Channel 14th St. Tybee Island, GA. (3) A plat of the area in which the proposed work will take place- The attached drawing titled Outfall 14t St. Tybee Island, GA. depicts the surveyed jurisdictional marshline. (4) A copy of the deed or other instrument under which the applicant claims title to the property or, if the applicant is not the owner, then a copy of the deed or other instrument under which the owner claims title together with written permission from the owner to carry out the project on his land. In lieu of a deed or other instrument referred to in this paragraph, the committee may accept some other reasonable evidence of ownership of the property in question or other lawful authority to make use of the property; The committee will not adjudicate title disputes concerning the property which is the subject of the application; provided, however, the committee may decline to process an application when submitted documents show conflicting deeds- The City of Tybee Island is currently working on obtaining an easement to perform the proposed activities. A copy of that documentation will be provided to the DNR as soon as it is available. (5) A list of all adjoining landowners together with such owners' addresses, provided that if the names or addresses of adjoining landowners cannot be determined, the applicant shall file in lieu thereof a sworn affidavit that a diligent search, including, without limitation, a search of the records of the county tax assessor's office, has been made but that the applicant was not able to ascertain the names or addresses, as the case may be, of adjoining landowners- A list of all adjoining property owners with addresses is attached. (6) A letter from the local governing authority of the political subdivision in which the property is located, stating that the applicant's proposal is not violate of any zoning law — A letter from the Tybee Island Director of Planning and Economic Development along with signed permit drawings is attached to this application. (7) A non - refundable application fee to be set by the board in an amount necessary to defray the administrative cost of issuing such permit. Renewal fees shall be equal to application fees, which shall not exceed $1,000.00 for any one proposal and shall be paid to the department. A $250 application fee will be forwarded to CRD. (8) A description from the applicant of alternative sites and why they are not feasible and a discussion of why the permit should be granted- See above project description (9) A statement from the applicant that he has made inquiry to the appropriate authorities that the proposed project is not over a landfill or hazardous waste site and that the site is otherwise suitable for the proposed project- A review of the Hazardous Site Index for 4 Chatham County, Georgia indicates that the subject property does not contain hazardous waste sites or landfills. (10) A copy of the water quality certification issued by the department if required for the proposed project- Water Quality Certification for the proposed project, in accordance with Section 401 of the Clean Water Act, will be issued in conjunction with the U.S. Army Corps of Engineers Nationwide Permit 3. (11) Certification by the applicant of adherence to soil and erosion control responsibilities if required for the proposed project- The project will conform to all required land disturbing and stormwater management permits as required by The City of Tybee Island and Chatham County, Georgia. (12) Such additional information as is required by the comnzittee to properly evaluate the application. This application has been prepared with consideration for the interests of the general public of the State of Georgia as defined in OCGA 12- 5- 286(g). OCGA 12 -5 -286. Permits to fill, drain, etc., marshlands. (g) In passing upon the application for permit, the committee shall consider the public interest, which, for purposes of this part, shall be deemed to be the following considerations: (1) Whether or not unreasonably harmful obstruction to or alteration of the natural flow of navigational water within the affected area will arise as a result of the proposal - The proposed project will not alter natural flow of navigable waters nor will it obstruct public navigation. The proposed activities will be conducted in the uppermost reach of a three to four foot wide drainage channel and will not obstruct a navigable water. (2) Whether or not unreasonably harmful or increased erosion, shoaling of channels, or stagnant areas of water will be created- The proposed project will not increase erosion, shoaling of channels, or create stagnant areas of water. The proposed rip -rap will supplement the existing rip -rap to stabilize the outfall pipes and prevent erosion and sedimentation. Additionally, the marsh areas will not be maintained and will be left to re- vegetate and stabilize naturally. (3) Whether or not the granting of a permit and the completion of the applicant's proposal will unreasonably interfere with the conservation offish, shrimp, oysters, crabs, clams, or other marine life, or wildlife, or other resources, including but not limited to water and oxygen supply- The proposed project will not interfere with the conservation of fish, shrimp, oysters, crabs, clams, or other marine life, or wildlife, or other resources, nor affect water and oxygen supply. 5 Dec 05, 2008 -1 E: \Tyb e e \ 108199674_14th \Ex \ \ w3� A Bell Company CONCRETE HEADWALL WITH SUMP APRON AND DUAL TIDEGATES FOR 42" PIPES I.E. ( —)0.60 (SEE DETAIL) WIDEN EXISTING CHANNEL TO ACCOMODATE NEW HEADWALL AND APRON 30 SY STONE RIPRAP PLACED FLUSH WITH BANK AND BOTTOM OUTFACE 14TH ST. TYBEE ISLAND, GA. DATE: NOVEMBER, 2008 SCALE- 1" = 10' m / 12.0 EXISTING__,,, _ -------- GROUND 1:1 PROPOSED WIDENED CHANNEL TO ACCOMODATE NEW HEADWALL AND APRON FB!J A Bell Company SECTIONAL CE CHANNEL 14TH ST. TYBEE ISLAND, GA. DATE: NOVEMBER, 2008 SCALE: N.T.S. From :CITY OF TYBEE ISLAND MAYOR Jason Buelterman CITY COUNCIL Wanda Doyle, Mayor Pro Tem Charlie R. Brewer Barry Brown Eddie Crone Dick Smith Paul Wolff December 11, 2008 912 786 9539 12111/2008 09:08 #076 P.0011004 CITY OF TYBEE ISLAND Mr. Brandon Wall Sligh Environmental Consultants 31 Park of Commerce Way, Suite 2008 Savannah, Georgia 31405 RE: 14th Street Drainage Improvements, Tybee Island, Chatham County, Georgia Dear Mr. Wall: CITY MANAGER Diane Schleicher CITY CLERK Vivian Woods CITY ATTORNEY Edward M. Hughes This letter is to inform you that the proposed drainage improvements along 14"' Street do not violate any zoning laws of the City of Tybee Island. This fording is based upon review of the attached map and drawings. Should you have any questions, please feel free to contact me at 912- 786 -4573 ext. 107. Sincerely, rannyn Allen Director of Planning and Economic Development CC: Ms. Diane Schleicher Mr, Joe Wilson Enclosures P.O. Box 2749 — 403 Butler Avenue, Tybee Island, Georgia 31328 -2749 (866) 786 -4573 — FAX (866) 786 -5737 www.cityoftybee.org A a N of 0 U i \ \ CONCRETE HEADWALL WITH SUMP APRON AND DUAL TIDEGATES FOR 42" PIPES I.E. ( -)0.60 (SEE DETAIL) \ \ WIDEN EXISTING CHANNEL TO ACCOMODATE NEW HEADWALL AND APRON 30 SY STONE RIPRAP PLACED FLUSH WITH BANK AND BOTTOM 14' 7.25' y 1659 Bell Company / OUTFACE 14TH ST. TYBEE ISLAND, GA. DATE: NOVEMBER, 2008 SCALE: 1" = 10' ONV1SI 339A1 JO AlIO :1uoa3 6£56 98L Zl6 1700/£00'd 9L0# E: \'I ybee \10819967x1 th \Exhibit \Ex_02- Section.dwg Printed: Nov 24, 2008 - 5:23pm Z 7 z° > rn rri 0 0 °- '—on >oz zorrl 0 �o on z on oin C �+ 0 0 V00/1,00'd 9L0# EZ:60 9002 /1.1./Zl 6E96 99L ZL6 ONV1Sl 339A1 30 Allo :woad From:CITY OF TYBEE ISLAND 912 786 9539 12/11/2008 09:15 #076 P.002/004 JOINT APPLICATION FOR A DEPARTMENT OF THE ARMY, CORPS OF ENGINEERS PERMIT, STATE OF GEORGIA MARSHLAND PROTECTION PERMIT, REVOCABLE LICENSE AGREEMENT AND REQUEST FOR WATER QUALITY CERTIFICATION AS APPLICABLE INSTRUCTIONS FOR SUBMITTING APPLICATION: Every Applicant is Responsible to Complete The Permit Application and Submit as Follows: One copy each of application, location map, drawings, copy of deed and any other supporting information to addresses 1, 2, and 3 below. If water quality certification is required, send only application, location map and drawing to address No. 4. 1. For Department of the Army Permit, mail to: Commander, U.S. Army Engineer District, Savannah ATTN: CESAS- OP-F, P.O. Box 889, Savannah, Georgia 31402 -0889. Phone (912)652 -5347 and/or toll free, Nationwide 1- 800 -448- 2402. 2. For State Permit - State of Georgia (six coastal counties only) mail to: Habitat Management Program, Coastal Resources Division, Georgia Department of Natural Resources, 1 Conservation Way, Brunswick, Georgia 31523. Phone (912) 264 -7218. 3. For Revocable License - State of Georgia (six coastal counties plus Effingham, Long, Wayne, Brantley and Charlton counties only) - Request must have State of Georgia's assent or a waiver authorizing the use of State owned lands. All applications for dock permits in the coastal counties, or for docks located in tidally influenced waters in the counties listed above need to be submitted to Real Estate Unit. In addition to instructions above, you must send two signed fonn letters regarding revocable license agreement to: Ecological Services Coastal Resources Division, Georgia Department of Natural Resources, 1 Conservation Way, Brunswick, Georgia 31523. Phone (912) 264 -7218. 4. For Water Quality Certification State of Georgia, mail to: Water Protection Branch, Environmental Protection Division, Georgia Department of Natural Resources, 4220 International Parkway, Suite 101, Atlanta, Georgia 30354 (404) 675 -1631. The application must be signed by the person authorized to undertake the proposed activity. The applicant must be the owner of the property or be the lessee or have the authority to perform the activity requested. Evidence of the above may be furnished by copy of the deed or other instrument as may be appropriate. The application may be signed by a duly authorized agent if accompanied by a statement from the applicant designating the agent. See item 6, page 2. 1. Application No. 2. Date 3. For Official Use Only 4. Name and address of applicant. Ms. Diane Schleicher — City Manager (912) 786 -4573 City of Tybee Island 403 Butler Avenue Tybee Island, Georgia 31328 5. Location where the proposed activity exists or will occur. Lat. 31° 59' 51.3" Long. 80°51' 16.1" Chatham N/A Tybee Island County Military District In City or Town N/A N/A N/A Near City or Town Subdivision Lot No. N/A +/- 7 Feet Georgia Lot Size Approximate Elevation of Lot State N/A Name of Waterway CFSAS Form 19 Tybee Creek Name of Nearest Creek, River, Sound, Bay or Hammock 6. Name, address, and title of applicant's authorized agent for permit application coordination. Sligh Enviromnental Consultants, inc. phone (912) 232 -0451 Attn: Brandon W. Wall fax (912) 232 -0453 31 Park of Commerce Way, Suite 200B Savannah, GA 31405 Statement of Authorization: I Hereby designate and authorize the above named person to act in my behalf as my agent in the proc "rig of this permit application and to furnish, upon request, supplemental information in support of this application. ifs2(/ €) Signature of Applicant Date 7. Describe the proposed activity, its purpose and intended use, including a description of the type of structures, Wally to be erected on fills, piles, of float - supported platforms, and the type, composition and quantity of materials to be discharged or dumped and means of conveyance. If more space is needed, use remarks section on page 4 or add a supplemental sheet. (See Part III of the Guide for additional information required for certain activities.) 8. Proposed use: Private Public X Commercial Other (Explain) 9. Names and addresses of adjoining property owners whose property also adjoins the waterway. See attached I0. Date activity is proposed to commence. Upon receipt of authorization to proceed Date activity is expected to be completed. Within two years of authorization 11. Is any portion of the activity for which authorization is sought now complete Y X N A. If answer is "Yes ", give reasons in the remarks in the remarks section. Indicate the existing work on the drawings. B. If the fill or work is existing, indicate date of commencement and completion. C. if not completed, indicate percentage completed. 12. List of approvals or certifications required by other Federal, State or local agencies for any structures, construction discharges, deposits or other activities described in this application. Please show zoning approval or status of zoning for this project. Issuing Agency Type Approval Identification No. Date /Application Date /Approval 13. Has any agency denied approval for the activity described herein or for any activity directly related to the activity described herein? ___Yes X NO (If "yes ", explain). Note: Items 14 and 15 are to be completed if you want to bulkhead, dredge or fill. 14. Description of operation: (If feasible, this information should be shown on the drawing). A. Purpose of excavation or fill to facilitate drainage improvements to a residential area of Tybee Island. 1. Access channel length depth width 2. Boat basin length depth width 3. Fill area length depth width 4. Other length depth width (Note: if channel, give reasons for need of dimensions listed above.) (see attached Project Description) B. 1.1f bulkhead, give dimensions N/A 2.Type of bulkhead construction (material) Backfill required: Yes No Cubic yards Where obtained C. Excavated material LCubic yards 50 2.Type of material Mud 15.Type of construction equipment to be used Excavator A. Does the area to be excavated include any wetland? Yes X No__ B. Does the disposal area contain any wetland? Yes No X C. Location of disposal area Upland area off -site D. Maintenance dredging, estimated amounts, frequency, and disposal sites to be utilized: N/A E. Will dredged material be entrapped or encased? N/A F. Will wetlands be crossed in transporting equipment to project site? No G. Present rate of shoreline erosion (if known) None 16. WATER QUALITY CERTIFICATION: In some cases, Federal law requires that a Water Quality Certification from the State of Georgia be obtained prior to issuance of a Federal license or permit. Applicability of this requirement to any specific project is determined by the permitting Federal agency. The information requested below is generally sufficient for the Georgia Environmental Protection Division to issue such a certification if required. Any item which is not applicable to a specific project should be so narked. Additional information will be requested if needed. A. Please submit the following: 1. A plan showing the location and size of any facility, existing or proposed, for handling any sanitary or industrial waste waters generally on your property. 2. A plan of the existing or proposed project and your adjacent property for which pennits are being requested. 3. A plan showing the location of all points where petro- chemical products (gasoline, oils,cleaners) used and stored. Any above- ground storage areas must be diked, and there should be no storm drain catch basins within the diked areas. Ali valving arrangements on any petro - chemical transfer lines should be shown. 4. A contingency plan delineating action to be taken by you in the event of spillage of petro- chemical products or other materials from your operation. 5. Plan and profile drawings showing limits of areas to be dredged, areas to be used for placement of spoil, locations of any dikes to be constructed showing locations of any weir(s), and typical cross sections of the dikes. B. Please provide the following statements: 1. A statement that all activities will be performed in a manner to minimize turbidity in the stream. 2. A statement that there will be no oils or other pollutants released from the proposed activities which will reach the stream. 3. A statement that all work performed during construction will be done in a manner to prevent interference with any legitimate water uses. 17. Application is hereby made for a permit or permits to authorize the activities described herein, Water Quality Certification from the Georgia Environmental Protection Division is also requested if needed. i certify that i am familiar with the information contained in this application, and that to the best of my knowledge and belief such information is true, complete and accurate. I further certify that 1 posses the authority to under take the proposed activities. Signature of Applicant 18. U.S.C. Section 1001 provides that: Whoever, in any matter within the jurisdiction of any department or agency of the United States, knowingly and willfully falsifies, conceals, or covers up by any trick, scheme, or device a material fact or makes any false, fictitious, or fraudulent statements or representations, or makes or uses false writing or document knowing same to contain any false, fictitious or fraudulent statement or entry, shall be fined no more than $ 10,000 or imprisoned not more than 5 years or both. PRIVACY ACT NOTICE The Department of the Army permit program is authorized by Section 10 of the Rivers and Harbors Act of 1899, Section 404 of the Clean Water Act and Section 103 of the Marine Protection, Research and Sanctuaries Act of 1972. These laws require permits authorizing structures and work in or affecting navigable waters of the United States, the discharge of dredged or fill material into waters of the United States, and the transportation of dredged material for the purpose of dumping it into ocean waters. Information provided will be used in evaluating the application for a permit. Information in the application is made a matter of public record through issuance of a public notice. Disclosure of the information requested is voluntary, however, the data requested are necessary in order to communicate with the applicant and to evaluate the permit application. If necessary information is not provided, the permit application cannot be processed nor can a permit be issued. SUPPORTING REMARKS: STATE OF GEORGIA REVOCABLE LICENSE REQUEST In Association with a DNR Permitted Project APPLICANTS NAME(S): City of Tybee Island — Attn: Ms Diane Schleicher, City Manager Permit# ADDRESS: 403 Butler Avenue (Street) COUNTY: Chatham Ms. Susan Shipman Georgia Department of Natural Resources Ecological Services Branch One Conservation Way Brunswick, Georgia 31520 -8687 Dear Ms. Shipman: Tybee Island Georgia (City) (State) 31328 (Zip) WATERWAY: Tybee Creek DATE: November 20, 2008 I am making application for a permit with the U.S. Department of the Army, Corps of Engineers, Savannah District. I understand that the issuance of such a permit will not relieve me of the obligation to obtain authorization from the State of Georgia since the proposed project would constitute an encroachment on the beds of tidewaters which are State -owned property. Accordingly, I hereby request that I be granted a revocable license from the State of Georgia. Attached hereto and made apart of this request is a copy ofthe plans and description of the project which will be the subject of such a license. 1 understand that if permission from the State is granted, it will be a revocable license and will not constitute a license coupled with an interest. 1 further acknowledge that such a license would relate only to the property interests of the State and would not obviate the necessity of obtaining any other State license, permit or authorization required by State law. I recognize that I waive my right of expectation of privacy and I do not have the percussion of the State of Georgia to proceed with such project until a copy of this request has been signed by Commissioner Holcomb. Attachment Sincerer By: By: (Diane Schleicher), City Manager * ** **xxx xxxxxx*** * * * * * * * *** ** * * ** ** (Applicant), title if applicable The State of Georgia hereby grants you a revocable license not coupled with an interest as provided in your request. This area may now or in the future be utilized by boats employing power drawn nets under the provisions for commercial or sport bait shrimping. In its occupancy and use of the premises, licensee shall not discriminate against any person on the basis of race, gender, color, national origin, religion, age, or disability. This covenant by licensee may be enforced by termination of this license, by injunction, and by any other remedy available at law to the Department. The project proposed for this license must be completed within 3 years of the date of issuance of the license. Otherwise, action will be initiated to revoke the license. STATE OF GEORGIA Office of the Governor By: DATE: For: Noel Holcomb Commissioner -DNR Revised August 2004 U.S. ARMY CORPS OF ENGINEERS REGULATORY BRANCH, COASTAL AREA SECTION POST OFFICE BOX 889 SAVANNAH, GEORGIA 31402 -0889 To Whom It May Concern: This is to certify that the work subject to the jurisdiction of the U.S. Army Corps of Engineers as described in my application dated November 20, 2008 is, to the best of my knowledge, consistent with the Georgia Coastal Management Program. Since my project is located in the Coastal Area of Georgia, I understand that the U.S. Army Corps of Engineers must provide this statement to the Georgia Department to Natural Resource, Coastal Resources Division, Ecological Services Section (GADNR-CRD) for its review, and that a Department of the Army permit will not be issued until the GADNR -CRD concurs with my findings. I also understand that additional information concerning my project may be required by GADNR- CRD to facilitate its review of my project and that additional certifications may be required for other Federal or State authorizations. i Th c(' ///16,7 SIGNATURE OF APPLICANT DATE City of Tybee Island — Ms. Diane Schleicher PRINTED NAME OF APPLICANT 403 Butler Avenue STREET ADDRESS Tybee Island, Georgia 31328 CITY, STATE & ZIP CODE Prepared By sligh 31 Pork of Commerce Way, Suite 2008 Sovannoh, Georgia 31405 phone (912) 232 -0451 fax (912) 232.0453 14th Street Drainage Improvements Project Location Map Chatham County, Georgia 4,000 Feet Exhibit Dote November 19, 2008 Drawn By. 8\W/ Rene tied By. SFS Job Number : 01- 08.108 CESAS Supporting Documentation 14`h Street Drainage improvements Chatham County, Georgia The following information is submitted as support documentation in association with the attached application requesting authorization to impact waters of the U.S. pursuant to Section 10 of the Rivers and Harbors Act of 1899 and the Coastal Marshlands Protection Act of 1970 pursuant to the Official Code of Georgia Annotated, Part 12 -5 -286 (OCGA). 1.0 Project Description 1.1 Site Conditions The proposed project involves improvements to an existing stormwater outfall area on Tybee Island, Georgia. The outfall is located north of Venetian Drive on the western side of Tybee Island adjacent to the marshes of Tybee Creek. Existing habitats within the project corridor consist of existing developed upland areas and jurisdictional marshland. Existing Development: The upland areas within the project area consist of the existing roadway and maintained shoulder of Venetian Drive and adjacent residential maintained areas. The vegetation is typical of maintained residential areas in the Coastal Plain of Georgia and includes bahia grass (Paspahon notatum), St. Augustine grass (Stenotaphrwn secundatum), Bermuda grass (Cynodon dactylon), dollar weed (Hydrocotyle umbellata), greenbrier (Smilax bona nox), palmetto (Sabal palmetto), saw palmetto (Serenoa repens), and eastern red cedar (Juniperus virginiana). Jurisdictional Marshland: The project area also contains jurisdictional marshlands associated with Tybee Creek. Vegetation consists of cordgrass (Spartina altern /fora), saltwater false - willow (Baccharis angustifolia), and sea oxeye (Borrichia frutescens). In addition to the vegetated marsh, a three to four foot wide ditch connects to the existing outfall pipe and is currently and historically has been used to channel stormwater away from residential areas. 1.2 Proposed Site Development Plans The proposed drainage improvement project requires 900 square feet (0.02 acre) of coastal marshlands impact. Impacts include minor excavation at the uppermost reach of the existing stormwater drainage channel to create a sump into which the pipes will drain and rip -rap for bank stabilization and erosion control. These impacts are necessary and at the minimum level to accommodate the pipes, headwall, and sump and improve the drainage of this residential area of Tybee Island. i.3 Proposed Activities in Jurisdiction The proposed jurisdictional impacts include 0.02 acre of excavation adjacent to the existing stormwater outlet channel. The channel already serves the purpose of channeling stormwater away from the residential areas of Tybee Island. The project plan calls for another 42 -inch storm drain pipe to be installed adjacent to the existing 42 -inch drain pipe. In order to ensure adequate hydraulic function of the newly installed pipe, the sump must be widened at the outfall. The minor amount of excavation needed to accommodate the pipes, new headwall, and sump and provide a hydraulically effective transition back to the existing open channel will be 900 square feet (0.02 acre) with a removed volume of 50 cubic yards. This is the minimum amount of impact required to achieve the project objectives. The existing rip -rap which is located adjacent to the existing outfall will be replaced. Additional rip -rap will be placed around the new pipe outfall and sump to stabilize the pipes and reduce erosion and sedimentation into receiving waters. The rip -rap will be kept at a minimum acceptable level to achieve the project goals and adequately stabilize the outfall. 1 2.0 Project Justification As previously mentioned, the purpose of this project is to improve the stormwater drainage of a residential area of Tybee Island. Fourteenth Street is the center of an inverted basin which occupies most of the southwestern quadrant of Tybee island. The total area of this basin is approximately 70 acres and includes many homes and residential streets. Being on a barrier island, elevations in the area range from five to ten feet. As part of historical construction of the area, many of the residential structures were built with slab - on -grade construction with the finished floors approximately six to seven feet above sea level. Residential streets regularly flood during summer afternoon thunderstorms or during periods of extended rainfall. When strong rain is combined with high tides, flooding can be severe with dozens of homes flooding — the last time being Labor Day 2007. The depth of the water inside homes has been as much as two feet ruining much of the interior finishing, furniture, and other private property. 3.0 Alternatives Analysis Considering factors such as site location, availability, site access, wetland area, and a variety of economic concerns, the applicant evaluated on -site and off -site alternatives and wetland impact avoidance and minimization during the planning phases of the project. 3.1 Off -Site Alternatives: The options for off -site alternatives are limited due to the nature of the project (drainage improvements to an existing residential area.) The only effective off -site alternative is the construction of a stormwater pump station. However, stormwater pump stations are only typically constructed for the removal of stormwater where gravity drainage is impossible or impractical. They are not only very expensive to construct, operate, and maintain, but they also have a number of potential problems and require regular maintenance and inspection. Also, pump stations are typically constructed in more rural areas or areas where open space is available. The permit project area, and the +/- 70 acre adjacent drainage basin consists of a 100% built out residential neighborhood. There is not a large enough available property to construct a pump station. In addition, from an engineering standpoint, it is widely accepted that the use of stormwater pump stations is recommended only where no other practicable alternative is available such as drainage ditches. Given the lack of an adequate construction area, the infeasible economic justification, and the low degree of engineering preference of pump stations to existing drainage ditches, the applicant rejected the alternative of using a stormwater pump station. 3.2 On -Site Alternatives: With the overall site plan chosen, the applicant considered several alternatives to the outfall area to avoid jurisdictional impacts. First, no action would leave the existing 42 inch pipe to drain the adjacent residential areas. This was rejected because it would not achieve the project objectives of eliminating residential flooding. Another alternative was to back the outfall structure out of the marsh, but there is not enough room to construct the necessary sump and headwall without interfering with the adjacent roadway. As mentioned before, the outfall requires a larger sump area of excavation to ensure adequate hydraulic function. Excavating the required amount of area landward of the jurisdictional marshline would interfere with an existing privately owned dock access on an adjacent property, an existing driveway into a restaurant, and the existing Venetian Drive. This alternative would not only result in an adverse effect on private property, but would also compromise the safety of a public roadway. For these reasons, this alternative was rejected. Another alternative was to raise the discharge point above the elevation of the marsh. However, there are several problems with this alternative as well. First, in order to provide minimal slopes and cover the pipes, it is necessary that the outlet end of the pipes be as low as possible. If the discharge point was to be above the marsh elevation, it would result in an invert around 2.5 feet and would limit the pipe size to no more than 30 inches, and more likely 24 inches. This would be inadequate to provide sufficient relief to the affected area. Two pipes at least 42 inches in diameter are necessary to achieve the project objectives. This alternative was rejected in favor of the preferred alternative of installing two 42 inch pipes and expanding the upper reaches of the existing open channel to accommodate the additional 42 inch pipe. 2 3.3 Avoidance and Minimization: After considering the alternatives, the applicant decided on the proposed site plan. In an effort to avoid and minimize jurisdictional impacts to the greatest extent practicable, the applicant has considered impact minimization. Due to the nature of the drainage project, and given the arrangement of jurisdictional areas in relation to the limited and inadequate amount of usable upland area, jurisdictional impacts were unavoidable. The applicant spent a considerable amount of time and resources to decide on the most efficient alternative with the least amount of environmental impact. As previously discussed, the amount of impact is limited to the minimum amount to ensure adequate drainage of the improvement project. Without these impacts, the drainage project would be ineffective and would not provide drainage relief to Tybee residents. It should be noted that no temporary impacts are proposed and all construction activities will be performed in a manner so as not to cause any adverse effects to adjacent marsh areas. All excavated material will be lifted out of the marsh and placed in a dutnp truck to be removed off -site. No grading is proposed, and any possible spill back from the excavator will be minimal and not result in an adverse effect to coastal marshlands. Upon completion of construction activities, the outfall area will be left to revegetate naturally, and no maintenance will be required for the foreseeable future. All construction activities will be performed in accordance with Georgia Best Management Practices (BMP's) and will conform to any land disturbance ordinances required by Chatham County and the City of Tybee Island. 4.0 Threatened and Endangered Species SECI has completed a threatened and endangered species survey within the project area where plant communities and habitats were observed and noted to determine if they match the habitat types where the listed species have potential to occur. The project area contains salt rnarsh which may be considered habitat for several listed species. However, the project plan consists of a minor amount of impact adjacent to an existing roadway and residential areas. Due to the developed condition of the upland areas, the proximity of marsh to developed/roadway areas, and the minimal nature of the impacts, it was concluded that the development of this project is not expected to impact any individual or population of a listed threatened or endangered species. 5.0 Essential Fish Habitat Projects proposing impacts to tidal waters must be evaluated with respect to Essential Fish Habitat (EFH) as required by the Magnuson - Stevens Fishery Conservation and Management Act. The proposed project, being located in tidal waters, has the potential to impact the estuarine and marine water column, which has been identified as essential fish habitat by the South Atlantic Fishery Management Council. The project requires a minimum amount of excavation and rip -rap to be placed within salt marsh at the upper reaches of a stormwater drainage canal. No fill material other than the minimal amount of rip -rap to be placed along the bottom and sides of the excavated area is required. Since the project will not result in a loss of habitat, it is the applicant's opinion that the proposed project will not have an adverse effect on EFEI. 6.0 Impaired Waters The subject waterway is not listed on the U.S. Environmental Protection Agency 303(d) list for impaired water bodies. 7.0 Supplemental Information This additional information is provided for compliance with Coastal Marshlands Protection Act of 1970 information requirements: 3 OCGA 12 -5 -286. Permits to fill, drain, etc., marshlands. (b) Each application for such permit shall be, properly executed, filed with the department on fours as prescribed by the department, and shall include: (1) The name and address of the applicant - City of Tybee Island Ms. Diane Schleicher — City Manger 403 Butler Avenue Tybee Island, Georgia 31328 (2) A plan or drawing showing the applicant's proposal and the manner or method by which such proposal shall be accomplished Such plan shall identify the coastal marshlands affected! See attached drawings titled: Outfall 14" St. Tybee Island, GA. and Sectional of Channel 14" St. Tybee Island, GA. (3) A plat of the area in which the proposed work will take place- The attached drawing titled Outfall 14" St. Tybee Island, GA. depicts the surveyed jurisdictional marshline. (4) A copy of the deed or other instrument under which the applicant claims title to the property or, if the applicant is not the owner, then a copy of the deed or other instrument under which the owner claims title together with written permission from the owner to carry out the project on his land. In lieu of a deed or other instrument referred to in this paragraph, the committee may accept some other reasonable evidence of ownership of the property in question or other (awful authority to snake use of the property; The committee will not adjudicate title disputes concerning the property which is the subject of the application; provided, however, the committee may decline to process an application when submitted documents show conflicting deeds- The City of Tybee Island is currently working on obtaining an easement to perform the proposed activities. A copy of that documentation will be provided to the DNR as soon as it is available. (5) A list of all adjoining landowners together with such owners' addresses, provided that if the names or addresses of adjoining landowners cannot be determined, the applicant shall file in lieu thereof a sworn affidavit that a diligent search, including, without limitation, a search of the records of the county tax assessor's office, has been made but that the applicant was not able to ascertain the names or addresses, as the case may be, of adjoining landowners- A list of all adjoining property owners with addresses is attached. (6) A letter from the local governing authority of the political subdivision in which the property is located, slating that the applicant's proposal is not violate of any zoning law — A copy of the permit drawings has been submitted to Chatham County for their certification. The letter from Chatham County and signed permit drawings will be provided to the DNR as soon as they are obtained. (7) A iron- refhuhdable application fee to be set by the board in an amount necessary to defray the administrative cost of issuing such permit. Renewal fees shall be equal to application fees, which shall not exceed $1,000.00 for any one proposal and shall be paid to the department. Attached is a $250 application fee. (8) A description from the applicant of alternative sites and why they are not feasible and a discussion of why the permit should be granted- See above project description (9) A statement from the applicant that he has made inquiry to the appropriate authorities that the proposed project is not over a landfill or !hazardous waste site and that the site is otherwise suitable for the proposed project- A review of the Hazardous Site Index for 4 Chatham County, Georgia indicates that the subject property does not contain hazardous waste sites or landfills. (10) A copy of the water quality certification issued by the department if required for the proposed project- Water Quality Certification for the proposed project, in accordance with Section 401 of the Clean Water Act, will be issued in conjunction with the U.S. Army Corps of Engineers Nationwide Permit 3. (11) Certification by the applicant of adherence W soil and erosion control responsibilities if required for the proposed project- The project will conform to all required land disturbing and stormwater management permits as required by Chatham County, Georgia. (12) Such additional information as is required by the committee to properly evaluate the application. This application has been prepared with consideration for the interests of the general public of the State of Georgia as defined in OCGA 12- 5- 286(g). OCGA 12 -5 -286. Permits to fill, drain, etc., marshlands. (g) In passing upon the application for permit, the committee shall consider the public interest, which, for purposes of this part, shall be deemed to be the following considerations: (1) Whether or not unreasonably harmful obstruction to or alteration of the natural flow of navigational water within the affected area will arise as a result of the proposal - The proposed project will not alter natural flow of navigable waters nor will it obstruct public navigation. The proposed activities will be conducted in the uppermost reach of a three to four foot wide drainage channel and will not obstruct a navigable water. (2) Whether or not unreasonably harmful or increased erosion, shoaling of channels, or stagnant areas of water will be created- The proposed project will not increase erosion, shoaling of channels, or create stagnant areas of water. The proposed rip -rap will supplement the existing rip -rap to stabilize the outfall pipes and prevent erosion and sedimentation. Additionally, the marsh areas will not be maintained and will be left to re- vegetate and stabilize naturally. (3) Whether or not the granting of a permit and the completion of the applicant's proposal will unreasonably interfere with the conservation offish, shrimp, oysters, crabs, clams, or other marine life, or wildlife, or other resources, including but not limited to water and oxygen supply- The proposed project will not interfere with the conservation of fish, shrimp, oysters, crabs, clams, or other marine life, or wildlife, or other resources, nor affect water and oxygen supply. 5 0 CONCRETE HEADWALL WITH SUMP APRON AND DUAL TIDEGATES FOR 42" PIPES I.E. (—)0.60 (SEE DETAIL) HJYJ 4 Bell Company WIDEN EXISTING CHANNEL TO ACCOMODATE NEW HEADWALL AND APRON 30 SY STONE RIPRAP PLACED FLUSH WITH BANK AND BOTTOM 14' 7.25' \\( 1 .7r OUTFALL 14TH ST. TYBEE ISLAND, GA. DATE: NOVEMBER, 2008 SCALE: 1" = 10' 74_14th \Exhibit \Ex_02 -Se / / EXISTING _ _ _ ______ 12.0 1 : 1 PROPOSED WIDENED CHANNEL TO ACCOMODATE NEW HEADWALL AND APRON 1639 A Bell Company SECTIONAL OF CHANNEL 14TH ST. TYBEE ISLAND, GA. DATE: NOVEMBER, 2008 SCALE: N.T.S. 6. Name, address, and title of applicant's authorized agent for permit application coordination. Sligh Environmental Consultants, Inc. phone (912) 232 -0451 Attn: Brandon W. Wall fax (912) 232 -0453 31 Park of Commerce Way, Suite 200B Savannah, GA 31405 Statement of Authorization: I Hereby designate and authorize the above named person to act in my behalf as my agent in the proce�sirtg\of this permit application and to furnish, upon request, supplemental information in support of this application. �� 7/ % .2 G C Signature of Applicant Date 7. Describe the proposed activity, its purpose and intended use, including a description of the type of structures, if any to be erected on fills, piles, of float - supported platforms, and the type, composition and quantity of materials to be discharged or dumped and means of conveyance. If more space is needed, use remarks section on page 4 or add a supplemental sheet. (See Part I11 of the Guide for additional information required for certain activities.) 8. Proposed use: Private Public X Commercial Other (Explain) 9. Names and addresses of adjoining property owners whose property also adjoins the waterway. See attached 10. Date activity is proposed to commence. Upon receipt of authorization to proceed Date activity is expected to be completed. Within two years of authorization 11. Is any portion of the activity for which authorization is sought now complete Y X N A. If answer is "Yes ", give reasons in the remarks in the remarks section. Indicate the existing work on the drawings. B. If the fill or work is existing, indicate date of commencement and completion. C. If not completed, indicate percentage completed. 12. List of approvals or certifications required by other Federal, State or local agencies for any structures, construction discharges, deposits or other activities described in this application. Please show zoning approval or status of zoning for this project. Issuing Agency Type Approval Identification No. Date /Application Date /Approval 13. Has any agency denied approval for the activity described herein or for any activity directly related to the activity described herein? Yes X NO (If "yes ", explain). 17. Application is hereby made for a permit or permits to authorize the activities described herein, Water Quality Certification from the Georgia Environmental Protection Division is also requested if needed. I certify that I am familiar with the information contained in this application, and that to the best of my knowledge and belief such information is true, complete and accurate. I further certify that I posses the authority to under take the proposed activities. Signature of Applicant 18. U.S.C. Section 1001 provides that: Whoever, in any matter within the jurisdiction of any department or agency of the United States, knowingly and willfully falsifies, conceals, or covers up by any trick. scheme, or device a material fact or makes any false, fictitious, or fraudulent statements or representations, or makes or uses false writing or document knowing same to contain any false, fictitious or fraudulent statement or entry, shall be fined no more than $10,000 or imprisoned not more than 5 years or both. PRIVACY ACT NOTICE The Department of the Army permit program is authorized by Section 10 of the Rivers and Harbors Act of 1899, Section 404 of the Clean Water Act and Section 103 of the Marine Protection, Research and Sanctuaries Act of 1972. These laws require permits authorizing structures and work in or affecting navigable waters of the United States, the discharge of dredged or fill material into waters of the United States, and the transportation of dredged material for the purpose of dumping it into ocean waters. Information provided will be used in evaluating the application for a permit. Information in the application is made a matter of public record through issuance of a public notice. Disclosure of the information requested is voluntary, however, the data requested are necessary in order to communicate with the applicant and to evaluate the permit application. If necessary information is not provided, the permit application cannot be processed nor can a permit be issued. SUPPORTING REMARKS: STATE OF GEORGIA REVOCABLE LICENSE REQUEST In Association with a DNR Permitted Project APPLICANTS NAME(S): City of Tybee Island — Attn: Ms Diane Schleicher, City Manager Permit/4 ADDRESS. 403 Butler Avenue Tybee Island Georgia 31328 (Street) (City) (State) (Zip) COUNTY: Chatham WATERWAY: Tybee Creek DATE: November 20, 2008 Ms. Susan Shipman Georgia Department of Natural Resources Ecological Services Branch One Conservation Way Brunswick, Georgia 31520 -8687 Dear Ms. Shipman: 1 am making application for a permit with the U.S. Department of the Army, Corps of Engineers, Savannah District. I understand that the issuance of such a permit will not relieve me of the obligation to obtain authorization from the State of Georgia since the proposed project would constitute an encroachment on the beds of tidewaters which are State -owned property. Accordingly, I hereby request that I be granted a revocable license from the State of Georgia. Attached hereto and made a part of this request is a copy of the plans and description of the project which will be the subject of such a license. I understand that if permission from the State is granted, it will be a revocable license and will not constitute a license coupled with an interest. 1 further acknowledge that such a license would relate only to the property interests of the State and would not obviate the necessity of obtaining any other State license, permit or authorization required by State law. I recognize that I waive my right of expectation of privacy and I do not have the permission of the State of Georgia to proceed with such project until a copy of this request has been signed by Commissioner Holcomb. By: By: Attachment Sinceely, (Diane Schleicher), City Manager (Applicant), title if applicable The State of Georgia hereby grants you a revocable license not coupled with an interest as provided in your request. This area may now or in the future be utilized by boats employing power drawn nets under the provisions for commercial or sport bait shrimping. In its occupancy and use of the premises, licensee shall not discriminate against any person on the basis of race, gender, color, national origin, religion, age, or disability. This covenant by licensee may be enforced by termination of this license, by injunction, and by any other remedy available at law to the Department. The project proposed for this license must be completed within 3 years of the date of issuance of the license. Otherwise, action will be initiated to revoke the license. STATE OF GEORGIA Office of the Governor By: DATE: For: Noel Holcomb Commissioner -DNR Revised August 2004 U.S. ARMY CORPS OF ENGINEERS REGULATORY BRANCH, COASTAL AREA SECTION POST OFFICE BOX 889 SAVANNAH, GEORGIA 31402 -0889 To Whom It May Concern: This is to certify that the work subject to the jurisdiction of the U.S. Army Corps of Engineers as described in my application dated November 20, 2008 is, to the best of my knowledge, consistent with the Georgia Coastal Management Program. Since my project is located in the Coastal Area of Georgia, I understand that the U.S. Army Corps of Engineers must provide this statement to the Georgia Department to Natural Resource, Coastal Resources Division, Ecological Services Section (GADNR -CRD) for its review, and that a Department of the Army permit will not be issued until the GADNR -CRD concurs with my findings. 1 also understand that additional information concerning my project may be required by GADNR- CRD to facilitate its review of my project and that additional certifications may be required for other Federal or State authorizations. f SIGNATURE OF APPLICANT DATE City of Tybee Island — Ms. Diane Schleicher PRINTED NAME OF APPLICANT 403 Butler Avenue STREET ADDRESS Tybee Island, Georgia 31328 CITY, STATE & ZIP CODE F839 A Bell Company HUSSEY, GAY, BELL & DEYOUNG, INC. CONSULTING ENGINEERS TRANSMITTAL To: Diane Schleicher City Manager City of Tybee Island Re: 14th Street Drainage Improvements for City of Tybee Island Job #: cc: ESTABLISHED 1958 RECEIVED ll - zit -o8 Date: 11/21/2008 We are transmitting 11 herewith, ❑ under separate cover, the following: ITEM TRANSMITTED BY Hand/Messenger Copies Date Description Action 1 Addendum No. 1 dated November 21, 2008 For Your Use 1 Reissued Plan Set For Your Use 1 Revised Bid Proposal dated November 21, 2008 For Your Use Remarks: Delivered by Inman Signed: Nancy A. E -Mail: nlamb @hgbd.com Assistant- nstruction Division 329 COMMERCIAL DRIVE (31406) • P.O. BOX 14247 • SAVANNAH, GEORGIA 31416 -1247 • TELEPHONE 912.354.4626 • FACSIMILE 912.354.6754 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 RECEIVED BID PROPOSAL City of Tybee Island P.O. Box 2749 Tybee Island, Georgia 31328 ATTENTION: Ms. Diane Schleicher City Manager PROJECT TITLE: 14TH STREET DRAINAGE IMPROVEMENTS SUBMITTED BY: Gentlemen: Having carefully examined the Plans, Specifications and other Contract Documents relating to 14TH STREET DRAINAGE IMPROVEMENTS dated November, 2008 and Addendum No.(s) , and also having carefully inspected the premises and the conditions affecting the work, the undersigned hereby proposes and agrees to furnish all materials, labor skill, equipment, tools and other things of every kind and description specified, needed or used for the complete execution of all work covered by and in conformity with the aforesaid Plans, Specifications and other Contract Documents prepared by HUSSEY, GAY, BELL & DEYOUNG, INC., Consulting Engineers (hereinafter called the "Engineer ") and all Amendments and Addenda thereto, for the sums hereinafter stated. SCHEDULE OF BID PROPOSAL: Bidder must fill in unit prices in figures, make extensions of each item and total as indicated. For complete information concerning these items, see Plans and Specifications. 1 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 BID SCHEDULE 14TH STREET DRAINAGE IMPROVEMENTS Hussey, Gay, Bell & DeYoung, Inc. Tybee Island, Georgia Savannah, Georgia November, 2008 Item Description Estim. Qty. Unit Price Total Price # PART 1 1 Remove Bush or Shrub 11 EA 2 Remove Tree 40 EA 3 Remove storm drain pipe, all sizes 1,600 LF 4 Remove existing drainage structure 20 EA 5 Channel Excavation 50 CY 6 Grading, part 1 only, complete, including finish grading of shoulders and swales, construction layout, soils testing, etc. and all other measures required to complete the project as shown on the plans JOB LS 7 Removal of unsuitable subgrade material 350 CY 8 Foreign Borrow (Replace unsuitable subgrade or trench material only after all suitable material is expended) 700 CY 9 18" Storm Drain Pipe 300 LF 10 30" Storm Drain Pipe 290 LF 11 36" Storm Drain Pipe 570 LF 12 42" Storm Drain Pipe 820 LF 13 42" Reinforced Concrete Storm Drain Pipe 380 LF 14 Grate Inlet 20 EA 15 Storm Manhole 5 EA 16 Cast -in -place Junction Box JOB LS 17 Concrete Headwall, Double 42" Pipe with Tideflex Check Valves JOB LS 18 Interference Manhole 2 EA 19 Sanitary service tap, 4" service line and connection to existing service line 10 EA 20 6" Water Main 400 LF 21 2" Water Main 200 LF 22 6" Valve in Box 2 EA 23 2" Valve in Box 2 EA 24 Connect to existing water main with fitting 10 EA 25 Lower water main 2 EA 26 Remove and reset fire hydrant 1 EA 27 Remove and replace water service lateral 10 EA 2 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 Item # Description Estim. Qty. Unit Price Total Price 28 Water Service Tap, service line, water meter and connection to existing service line 10 EA EA 29 Water Service tap, service line and connection to existing service line 8 EA EA 30 Remove and replace 4' chain link fence 40 LF LF 31 Remove and replace 6' chain Zink fence 60 LF EA 32 Remove and replace chain link fence gate 2 EA LS 33 Remove and reset wood post 3 EA 34 Remove and reset sign 15 EA 35 Remove and replace asphalt pavement 800 SY 36 Remove and replace concrete drive 120 SY 37 Remove and replace concrete sidewalk 180 SY 38 Traffic Control (Part 1 only) 750 JOB LS 39 NPDES Compliance (Part 1 only) 15 JOB LS 40 Erosion and Sedimentation Control (Part 1 only) 2 JOB LS 41 Grassing 4,000 SY 42 Miscellaneous Connection and other adjustments required to maintain area drainage if onlypart 1 is done. JOB LS TOTAL ALL WORK, PART 1 3 PART 2 1 Remove Bush or Shrub 10 EA 2 Remove Tree 45 EA 3 Remove storm drain pipe, all sizes 550 LF 4 Remove existing drainage structure 10 EA 5 Grading, part 2 only, complete, including finish grading of shoulders and swales, construction layout, soils testing, etc. and all other measures required to complete the project as shown on the plans JOB LS 6 Removal of unsuitable subgrade material 250 CY 7 Foreign Borrow (Replace unsuitable subgrade or trench material only after all other suitable material is expended) 600 CY 8 18" Storm Drain Pipe 90 LF 9 30" Storm Drain Pipe 290 LF 10 36" Storm Drain Pipe 560 LF 11 42" Storm Drain Pipe 750 LF 12 Grate Inlet 15 EA 13 Storm Manhole 2 EA 14 Interference Manhole 2 EA 3 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 Item Description Estim. Qty. Unit Price Total Price 15 Sanitary service tap, 4" service line and connection to existing service line 10 EA 16 6" Water Main 50 LF 17 2" Water Main 50 LF 18 6" Valve in Box 1 EA 19 2" Valve in Box 2 EA 20 Connect to existing water main with fitting 2 EA 21 Connect to existing water main with tapping sleeve and tapping valve 1 EA 22 Lower Water Main 4 EA 23 Remove and reset fire hydrant 1 EA 24 Remove and replace water service lateral 8 EA 25 Water service tap, service line, water meter and connection to existing service line 4 EA 26 Water service tap, service line and connection to existing service line 4 EA 27 Remove and replace 4' chain link fence 50 LF 28 Remove and reset sign 5 EA 29 Remove and replace asphalt pavement 280 SY 30 Remove and replace concrete drive 125 SY 31 Remove and replace brick drive 20 SY 32 Remove and replace concrete sidewalk 20 SY 33 Traffic Control (Part 2 only) JOB LS 34 NPDES Compliance (Part 2 only) JOB LS 35 Erosion and Sedimentation Control (Part 2 only) JOB LS 36 Grassing 2,800 SY TOTAL ALL WORK, PART 2 $ SUMMARY TOTAL ALL WORK, PART 1 $ TOTAL ALL WORK, PART 2 $ SUBTOTAL, ALL WORK PARTS 1 AND 2 $ DELETION OF ITEM 42, PART 1 $ TOTAL ALL WORK, PARTS 1 AND 2 $ 4 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 For and in consideration of the sum of $1.00, the receipt of which is hereby acknowledged, the Undersigned agrees that this proposal may not be revoked or withdrawn after the time set for the opening of bids but shall remain open for acceptance for a period of sixty days following such time. In case he be notified in writing by mail, telegraph, or delivery of the acceptance of the Proposal within sixty days after the time set for the opening of bids, the Undersigned agrees to execute within ten days a Contract (Form of Agreement between Contractor and Owner) for the work for the above stated compensation and at the same time to furnish and deliver to the Owner a Performance Bond and Payment Bond in accordance with the instructions bound in the specifications, both in an amount equal to 100 percent of the contract sum. The Undersigned agrees to commence actual physical work on the site with an adequate force and equipment within ten days of a date to be specified in a written order from the Owner and to complete fully all work within 150 consecutive calendar days, or within consecutive calendar days if different than specified. The Undersigned Bidder agrees to pay to the Owner, Liquidated Damages as stated in the Special Conditions for each consecutive calendar day of delay in an amount not to exceed $250.00 per day. Enclosed herewith is a Bid Bond in the amount of Dollars ($ ) being not less than 5 percent of the Base Bid. The Bid Bond must be submitted on a form acceptable to the Owner. The Undersigned agrees that the above stated amount is the proper measure of liquidated damages which the Owner will sustain by the failure of the Undersigned to execute the Contract and to furnish the performance Bond and Payment Bond in case this proposal is accepted and further agrees to the following: 5 ADDITIVE ALTERNATE 1 Unit Price Total Price 1 Overlay 14th Street from Venetian Way to 2nd Avenue in accordance with typical section shown on the plans. This will include all tack coats and replacement of any existing surface striping. 4000 SY $ $ 2 Asphaltic Concrete Leveling as required to meet typical section shown on plans when surface course is placed 250 TON $ $ TOTAL, ADDITIVE ALTERNATE 1 $ For and in consideration of the sum of $1.00, the receipt of which is hereby acknowledged, the Undersigned agrees that this proposal may not be revoked or withdrawn after the time set for the opening of bids but shall remain open for acceptance for a period of sixty days following such time. In case he be notified in writing by mail, telegraph, or delivery of the acceptance of the Proposal within sixty days after the time set for the opening of bids, the Undersigned agrees to execute within ten days a Contract (Form of Agreement between Contractor and Owner) for the work for the above stated compensation and at the same time to furnish and deliver to the Owner a Performance Bond and Payment Bond in accordance with the instructions bound in the specifications, both in an amount equal to 100 percent of the contract sum. The Undersigned agrees to commence actual physical work on the site with an adequate force and equipment within ten days of a date to be specified in a written order from the Owner and to complete fully all work within 150 consecutive calendar days, or within consecutive calendar days if different than specified. The Undersigned Bidder agrees to pay to the Owner, Liquidated Damages as stated in the Special Conditions for each consecutive calendar day of delay in an amount not to exceed $250.00 per day. Enclosed herewith is a Bid Bond in the amount of Dollars ($ ) being not less than 5 percent of the Base Bid. The Bid Bond must be submitted on a form acceptable to the Owner. The Undersigned agrees that the above stated amount is the proper measure of liquidated damages which the Owner will sustain by the failure of the Undersigned to execute the Contract and to furnish the performance Bond and Payment Bond in case this proposal is accepted and further agrees to the following: 5 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 If this Proposal is accepted within 60 days after the date set for the opening of bids and the Undersigned fails to execute the Contract within 10 days after written notice of such acceptance or if he fails to furnish both a Performance Bond and Payment Bond, the obligation of the Bid Bond will remain in full force and effect and the money payable thereon shall be paid into the funds of the Owner as Liquidated Damages for such failure; otherwise the obligation of the Bid Bond will be null and void. The Bidder submits the following statement of Bidder's qualifications. BIDDER'S QUALIFICATIONS NAME OF BIDDER STREET ADDRESS TELEPHONE NO. FAX NO. WHEN ORGANIZED WHERE INCORPORATED LICENSED TO DO BUSINESS IN THE STATE OF The foregoing statement of qualifications is submitted under oath: Respectfully submitted, Name: Mailing Address: By: Title: The legal name of the Bidder is: (Attach satisfactory evidence of the authority of the officer, or officers, signing on behalf of a corporation.) 6 HUSSEY, GAY, BELL & DEYOUNG, INC. CONSULTING ENGINEERS SAVANNAH, GEORGIA November 21, 2008 ADDENDUM NO. 1 TO THE PLANS AND CONTRACT DOCUMENTS FOR 14TH STREET DRAINAGE IMPROVEMENTS FOR THE CITY OF TYBEE ISLAND, GEORGIA RECEIVED 11;14- oS All Bidders and other interested parties are hereby notified of the following additions and /or revisions to the Plans and Specifications of the referenced project. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED ON THE BID PROPOSAL *********************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** Minutes of the Pre -Bid Meeting The pre -bid meeting was held at the Tybee Island City Hall on November 18, 2008. Minutes of this meeting, including a list of attendees, are included in this addendum. Contract Documents and Specifications 1. The table of contents was amended to add Section 03301 for the cast -in -place concrete work. 2. The Bid Schedule in the Bid Proposal section has been revised to account for project changes resulting from review comments and issues raised at the pre -bid. Current item numbers 13, 17, 21, 23, 27 in Part 1 and current item numbers 17, 19 and 21 in Part 2 have been added or otherwise modified; other item numbers were changed accordingly. The Bid Proposal is re- issued in its entirety. Also, a new Bid Proposal on colored paper is included in the Addendum for submission of the bid. 3. Items 9, 13, 22 and 38 in Section 01150 were modified. This section is reissued in its entirety. 4. Item 7 in Section 02400 was modified. This section is reissued in its entirety. 5. Section 03301 was added. ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 MINUTES OF PRE -BID MEETING 14TH STREET DRAINAGE IMPROVEMENTS NOVEMBER 18, 2008 A non - mandatory pre -bid meeting for the 14th Street Drainage Improvements project was held on November 18, 2008 at the Tybee Island City Hall. The purpose of the meeting was to further define project requirements and the method of award and to answer any questions prospective bidders may have. A copy of the attendance sign -in sheet is attached to these minutes. Diane Schleicher, Tybee Island City Manager, gave a brief welcome to the attendees, after which there were introductions around the room. Bill Nicholson, HGBD Project Manager, gave a brief overview of the project. He noted that discussions with the City since the initial completion of the plans and specifications had led to several project modifications, as follow: • All steel used in grates, manhole covers and other castings is to be domestic only. The casting manufacturer will be required to certify that the steel used in the casting was produced in the United States. • All the storm drainage pipe in the project is to be HDPE. The original documents allowed concrete or HDPE in all locations. The exception to this is that the initial double pipe run from the outfall to the junction box will be concrete to provide a base on which to install the Tideflex check valves. • The contractor will be required to pour inverts for the drainage structures and form a channel across the bottom. • Water service lines will not be lowered to go beneath the storm drain pipes as indicated on the original documents. Now, the lines will be shut down and cut as the trenching operations reach them. Once the pipe is installed, the service line will be reconnected across the top of the pipe, provided a minimum cover of 12" can be maintained. These changes will be shown as revisions to the plans and specifications which will be included in Addendum No. 1. Mr. Nicholson then discussed the bid evaluation and award process. The bid schedule and plans show the work divided into a Part 1 and a Part 2. There is also an additive alternate 1 for resurfacing 14th Street. The method of evaluation and award is as follows: ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 • Bidders will complete the bid proposal form in its entirety. This will result in separate subtotals for Parts 1 and 2, which will be entered into the appropriate places on the bid proposal form. • The subtotals for 1 and 2 will be added to provide a project subtotal. • There is a line item in the Part 1 schedule for drainage temporizations should only Part 1 of the project be awarded. This line item figure is to be entered in the appropriate location of the summary and subtracted from the combined Part 1 and Part 2 subtotal to give a combined total. • All Part 1 bids will be evaluated to determine the one which is most advantageous for the City. Likewise, the combined Part 1 and Part 2 will be evaluated on the same basis. • If the combined Part 1 and Part 2 total is within the limits of available funds, then the award will be for the entire project. Otherwise, the award will be for Part 1 only. There will not be any consideration given to awarding to the low bidder for Part 1 and Part 2. There will only be one contractor on the project. • The additive alternate will not be considered in the award decision. It will only come into consideration if the City has funds available and the bid is determined to be advantageous to the City. Mr. Nicholson then noted that the original documents did not have details for the outlet headwall or junction box, nor specifications for these cast -in -place structures. These will be included as revised plans and documents in the addendum. Following this, the meeting was opened to questions or comments from those in attendance. The following items were discussed: • The current additive alternate cells for leveling and surface overlay on 14th Street. It was noted that this would be difficult to price, since the amount of leveling cannot be accurately determined from the data on the plans. It was determined that a line item will be added to pay for leveling by the ton, with the surface course remaining by the square yard. This will be reflected in Addendum Number 1. • There was considerable discussion on the water service replacement pay items. As noted above, water services will now be installed above the storm drain wherever possible, so the "lower water service" item will be changed to "remove and replace" water service. For service replacements, new meters will be purchased from the City of Tybee. The size of the existing services is not known, so it was decided to use 1" service lines and meters and adjust to match the existing if a different size. ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 • The availability of laydown area was discussed. There is limited space available in the area of the work. The City will make space available in Memorial Park adjacent to the gymnasium for bulk storage, from which the contractor would move materials for each days work. It will be permissible to unload and store structures in the right -of -way near the point where they will be installed. • Relocation of private utilities was discussed. These will be the responsibility of the utility providers, although the Contractor will be required to coordinate his efforts with the utility company efforts. The City and HGBD are working with the utility companies to get these relocations underway before the project starts, but we are not sure that all will occur by that time. • Concern was voiced that much of the 150 day contract period could be taken up by utility conflict resolution. Mr. Nicholson stated that, so long as the Contractor was making an effort to work and could document the utility delays, the delays would be a basis for a contract extension and would not result in the contract going to Liquidated Damages. • The issue of disposal of excess soil materials was raised. The soil materials will be disposed of off -site by the contractor; the City has no use for the excess materials. We anticipate that much of the material executed will be unsuitable for backfill. The contractor will be required to stockpile any excess suitable material and use it in the trenches before the use of foreign borrow is requested or approved. • Since most pipe will now be HDPE, it was asked whether the manufacturer's recommendation for stone backfill and pipe anchors will be required. Mr. Nicholson stated that, while a contractor could do so if he desired, these measures will not be required. As noted in the documents, the outer pipe wall is to be perforated and filled with water. By doing this, and using granular backfill, pipe stability should be adequate and there should be no floatation. • The existing and proposed storm systems are below the daily tide levels. The contractor will be responsible for eliminating tidal inflows and for all other dewatering issues. With no further discussion, the meeting was adjourned at 2:30 P.M. MEETING: PRE -BID MEETING for City of Tybee Island Re: 14th Street Drainage Improvements Location: Tybee Island City Hall Time: 2:00 PM Date: November 18, 2008 EM AIL, CELL or NAME COMPANY PHONE # FAX # OTHER # l,-)10 s qe t,e-f5 e - Lt-VCG k S — �54'( Aura; 5 � 9 Z -Gfl QfS/ Ti L 3nU $kti0 0 fa- Gis -'?7"t 9t2 33() S44 S Q'c✓a'4r,,4.7 y,,z c? ..,a,-/, at, J '- Ni b !.! cie. a& /4.07‘a- r5)4r ,o -. 51C - -- 7-- CNl<e,J C44s.s, -TT— �iIZ°S, it.4.b.-43 4e q •G9S3t ht 7NrsCbhatsa) . Ct -- .Ho:41,1.g -S T Cjc.Ey5LiN9 w Fr D 1.501,4 330 -8630 _ 330-- cic?Z7 d iv -ZC Crticasr- 'C? to Ea►v,,Zn✓ aA,vice; Eli 00- /v l 9`2 71 3 U ` qo goc, 2 y-2 �! V eh ,,n.,, , ti,. r...- ,e ,,,,,a,,... ,, ,,l. c, ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 TABLE OF CONTENTS PART I - BIDDING REQUIREMENTS Advertisement for Bids Instructions and Information to Bidders Bid Proposal PART II - CONTRACT FORMS Contract Form Payment Bond Performance Bond PART III - SPECIFICATIONS DIVISION 1 - GENERAL REQUIREMENTS General Conditions 01002 Special Conditions 01150 Measurement and Payment DIVISION 2 - SITE WORK 02100 Clearing and Grubbing 02210 Erosion Control 02221 Excavation, Trenching & Backfill for Utility Systems 02400 Storm Drainage System 02480 Grassing 02700 Water Distribution System DIVISION 3 - CONCRETE 03301 Cast -in -Place Concrete for Miscellaneous Structures PAGE NUMBERS 1 Page 4 Pages 6 Pages 2 Pages 3 Pages 3 Pages 62 Pages 01002 -1 thru 01002 -13 01150 -1 thru 01150 -7 02100 -1 02210 -1 thru 02210 -2 02221 -1 thru 02221 -12 0240011'thru 02400 -5 02480 -1 thru 02480 -2 02700 -1 thru 02700 -9 03301 -1 thru 03301 -11 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 BID PROPOSAL City of Tybee Island P.O. Box 2749 Tybee Island, Georgia 31328 ATTENTION: Ms. Diane Schleicher City Manager PROJECT TITLE: 14T11 STREET DRAINAGE IMPROVEMENTS SUBMITTED BY: Gentlemen: Having carefully examined the Plans, Specifications and other Contract Documents relating to 14TH STREET DRAINAGE IMPROVEMENTS dated November, 2008 and Addendum No.(s) , and also having carefully inspected the premises and the conditions affecting the work, the undersigned hereby proposes and agrees to furnish all materials, labor skill, equipment, tools and other things of every kind and description specified, needed or used for the complete execution of all work covered by and in conformity with the aforesaid Plans, Specifications and other Contract Documents prepared by HUSSEY, GAY, BELL & DEYOUNG, INC., Consulting Engineers (hereinafter called the "Engineer ") and all Amendments and Addenda thereto, for the sums hereinafter stated. SCHEDULE OF BID PROPOSAL: Bidder must fill in unit prices in figures, make extensions of each item and total as indicated. For complete information concerning these items, see Plans and Specifications. 1 ADDEN BID SCHEDULE 14TH STREET DRAINAGE IMPROVEMENTS Hussey, Gay, Bell & DeYoung, Inc. Tybee Island, Georgia Savannah, Georgia November, 2008 Item # Description Estim. Qty. Unit Price Total Price PART 1 1 Remove Bush or Shrub 11 EA 2 Remove Tree 40 EA 3 Remove storm drain pipe, all sizes 1,600 LF 4 Remove existing drainage structure 20 EA 5 Channel Excavation 50 CY 6 Grading, part 1 only, complete, including finish grading of shoulders and swales, construction layout, soils testing, etc. and all other measures required to complete the project as shown on the plans JOB LS 7 Removal of unsuitable subgrade material 350 CY 8 Foreign Borrow (Replace unsuitable subgrade or trench material only after all suitable material is expended) 700 CY 9 18" Storm Drain Pipe 300 LF 10 30" Storm Drain Pipe 290 LF 11 36" Storm Drain Pipe 570 LF 12 42" Storm Drain Pipe 820 LF 13 42" Reinforced Concrete Storm Drain Pipe 380 LF 14 Grate Inlet 20 EA 15 Storm Manhole 5 EA 16 Cast -in -place Junction Box JOB LS 17 Concrete Headwall, Double 42" Pipe with Tideflex Check Valves JOB LS 18 Interference Manhole 2 EA 19 Sanitary service tap, 4" service line and connection to existing service line 10 EA 20 6" Water Main 400 LF 21 2" Water Main 200 LF 22 6" Valve in Box 2 EA 23 2" Valve in Box 2 EA 24 Connect to existing water main with fitting 10 EA 25 Lower water main 2 EA 26 Remove and reset fire hydrant 1 EA 27 Remove and replace water service lateral 10 EA 2 ENDUM NO. 1 DATED NOVEMBER 21, 2008 Item Description Estim. Qty. Unit Price Total Price 28 Water Service Tap, service line, water meter and connection to existing service line 10 EA EA 29 Water Service tap, service line and connection to existing service line 8 EA EA 30 Remove and replace 4' chain link fence 40 LF LF 31 Remove and replace 6' chain link fence 60 LF EA 32 Remove and replace chain link fence gate 2 EA LS 33 Remove and reset wood post 3 EA 34 Remove and reset sign 15 EA 35 Remove and replace asphalt pavement 800 SY 36 Remove and replace concrete drive 120 SY 37 Remove and replace concrete sidewalk 180 SY 38 Traffic Control (Part 1 only) 750 JOB LS 39 NPDES Compliance (Part 1 only) 15 JOB LS 40 Erosion and Sedimentation Control (Part 1 only) 2 JOB LS 41 Grassing 4,000 SY 42 Miscellaneous Connection and other adjustments required to maintain area drainage if only part 1 is done. JOB LS TOTAL ALL WORK, PART 1 3 PART 2 1 Remove Bush or Shrub 10 EA 2 Remove Tree 45 EA 3 Remove storm drain pipe, all sizes 550 LF 4 Remove existing drainage structure 10 EA 5 Grading, part 2 only, complete, including finish grading of shoulders and swales, construction layout, soils testing, etc. and all other measures required to complete the project as shown on the plans JOB LS 6 Removal of unsuitable subgrade material 250 CY 7 Foreign Borrow (Replace unsuitable subgrade or trench material only after all other suitable material is expended) 600 CY 8 18" Storm Drain Pipe 90 LF 9 30" Storm Drain Pipe 290 LF 10 36" Storm Drain Pipe 560 LF 11 42" Storm Drain Pipe 750 LF 12 Grate Inlet 15 EA 13 Storm Manhole 2 EA 14 Interference Manhole 2 EA 3 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 Item # Description Estim. Qty. Unit Price Total Price 15 Sanitary service tap, 4" service line and connection to existing service line 10 EA 16 6" Water Main 50 LF 17 2" Water Main 50 LF 18 6" Valve in Box 1 EA 19 2" Valve in Box 2 EA 20 Connect to existing water main with fitting 2 EA 21 Connect to existing water main with tapping sleeve and tapping valve 1 EA 22 Lower Water Main 4 EA 23 Remove and reset fire hydrant 1 EA 24 Remove and replace water service lateral 8 EA 25 Water service tap, service line, water meter and connection to existing service line 4 EA 26 Water service tap, service line and connection to existing service line 4 EA 27 Remove and replace 4' chain link fence 50 LF 28 Remove and reset sign 5 EA 29 Remove and replace asphalt pavement 280 SY 30 Remove and replace concrete drive 125 SY 31 Remove and replace brick drive 20 SY 32. Remove and replace concrete sidewalk 20 SY 33 Traffic Control (Part 2 only) JOB LS 34 NPDES Compliance (Part 2 only) JOB LS 35 Erosion and Sedimentation Control (Part 2 only) JOB LS 36 Grassing 2,800 SY TOTAL ALL WORK, PART 2 $ SUMMARY TOTAL ALL WORK, PART 1 $ TOTAL ALL WORK, PART 2 $ SUBTOTAL, ALL WORK PARTS 1 AND 2 $ DELETION OF ITEM 42, PART 1 $ TOTAL ALL WORK, PARTS 1 AND 2 $ 4 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 For and in consideration of the sum of $1.00, the receipt of which is hereby acknowledged, the Undersigned agrees that this proposal may not be revoked or withdrawn after the time set for the opening of bids but shall remain open for acceptance for a period of sixty days following such time. In case he be notified in writing by mail, telegraph, or delivery of the acceptance of the Proposal within sixty days after the time set for the opening of bids, the Undersigned agrees to execute within ten days a Contract (Form of Agreement between Contractor and Owner) for the work for the above stated compensation and at the same time to furnish and deliver to the Owner a Performance Bond and Payment Bond in accordance with the instructions bound in the specifications, both in an amount equal to 100 percent of the contract sum. The Undersigned agrees to commence actual physical work on the site with an adequate force and equipment within ten days of a date to be specified in a written order from the Owner and to complete fully all work within 150 consecutive calendar days, or within consecutive calendar days if different than specified. The Undersigned Bidder agrees to pay to the Owner, Liquidated Damages as stated in the Special Conditions for each consecutive calendar day of delay in an amount not to exceed $250.00 per day. Enclosed herewith is a Bid Bond in the amount of Dollars ($ ) being not less than 5 percent of the Base Bid. The Bid Bond must be submitted on a form acceptable to the Owner. The Undersigned agrees that the above stated amount is the proper measure of liquidated damages which the Owner will sustain by the failure of the Undersigned to execute the Contract and to furnish the performance Bond and Payment Bond in case this proposal is accepted and further agrees to the following: 5 ADDITIVE ALTERNATE 1 Unit Price Total Price 1 Overlay 14 Street from Venetian Way to 2 "' 4000 SY $ $ Avenue in accordance with typical section shown on the plans. This will include all tack coats and replacement of any existing surface striping. 2 Asphaltic Concrete Leveling as required to meet typical section shown on plans when surface course isplaced 250 TON $ $ TOTAL, ADDITIVE ALTERNATE 1 $ For and in consideration of the sum of $1.00, the receipt of which is hereby acknowledged, the Undersigned agrees that this proposal may not be revoked or withdrawn after the time set for the opening of bids but shall remain open for acceptance for a period of sixty days following such time. In case he be notified in writing by mail, telegraph, or delivery of the acceptance of the Proposal within sixty days after the time set for the opening of bids, the Undersigned agrees to execute within ten days a Contract (Form of Agreement between Contractor and Owner) for the work for the above stated compensation and at the same time to furnish and deliver to the Owner a Performance Bond and Payment Bond in accordance with the instructions bound in the specifications, both in an amount equal to 100 percent of the contract sum. The Undersigned agrees to commence actual physical work on the site with an adequate force and equipment within ten days of a date to be specified in a written order from the Owner and to complete fully all work within 150 consecutive calendar days, or within consecutive calendar days if different than specified. The Undersigned Bidder agrees to pay to the Owner, Liquidated Damages as stated in the Special Conditions for each consecutive calendar day of delay in an amount not to exceed $250.00 per day. Enclosed herewith is a Bid Bond in the amount of Dollars ($ ) being not less than 5 percent of the Base Bid. The Bid Bond must be submitted on a form acceptable to the Owner. The Undersigned agrees that the above stated amount is the proper measure of liquidated damages which the Owner will sustain by the failure of the Undersigned to execute the Contract and to furnish the performance Bond and Payment Bond in case this proposal is accepted and further agrees to the following: 5 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 If this Proposal is accepted within 60 days after the date set for the opening of bids and the Undersigned fails to execute the Contract within 10 days after written notice of such acceptance or if he fails to furnish both a Performance Bond and Payment Bond, the obligation of the Bid Bond will remain in full force and effect and the money payable thereon shall be paid into the funds of the Owner as Liquidated Damages for such failure; otherwise the obligation of the Bid Bond will be null and void. The Bidder submits the following statement of Bidder's qualifications. BIDDER'S QUALIFICATIONS NAME OF BIDDER STREET ADDRESS TELEPHONE NO. WHEN ORGANIZED FAX NO. WHERE INCORPORATED LICENSED TO DO BUSINESS IN THE STATE OF The foregoing statement of qualifications is submitted under oath: Respectfully submitted, Name: Mailing Address: By: Title: The legal name of the Bidder is: (Attach satisfactory evidence of the authority of the officer, or officers, signing on behalf of a corporation.) 6 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 SECTION 01150 MEASUREMENT AND PAYMENT 1. SCOPE: Under this heading shall be included the methods of measurement and payment for items of work under this Contract. 2. ESTIMATED QUANTITIES: All estimated quantities for unit price items, stipulated in the Bid Proposal, or other Contract Documents, are approximate and are to be used as a basis for estimating the probable cost of the work and for comparing the bids submitted for the Project. The actual amounts of work done and materials furnished under price items may differ from the estimated quantities. The basis of payment for work and materials will be the actual amount of work done and material furnished. The Contractor agrees to make no claim for damages, anticipated profits or otherwise on account of any difference between the amounts of work actually performed and materials actually furnished and the estimated amounts included in the Bid Proposal. The Contractor will not be paid for any work which exceeds 25 percent of the quantity set forth in the Bid Schedule without a change order issued before the work is performed unless specifically ordered in writing by the Engineer. The Contractor will provide assistance to the Engineer to check quantities and elevations when so requested. 3. REMOVE BUSH OR SHRUB: Measurement will be on the actual number of bushes or shrubs removed as shown on the plans or directed in the field. For purposes of this project a bush or shrub will be defined as vegetation less than 10' tall with a trunk diameter less than 10 ". Payment will be at the unit price in the bid proposal and shall include removing the bush or shrub, including root ball, and disposing of it off the site of the project. 4. REMOVE TREE: Measurement will be on the basis of the actual number of trees removed as shown on the plans or directed in the field. For purposes of this project, a tree shall be defined as vegetation greater than 10' tall or with a trunk diameter greater than 10 ". Payment will be at the unit price in the bid proposal and shall include removing the tree, including roots, and disposing of it off the site of the project. 5. CHANNEL EXCAVATION: Measurement will be on the basis of the actual amount of material removed from the marsh at the pipe outfall, as shown on the plans or otherwise directed in the field. The method of measurement will be at the discretion of the Engineer. Payment will be at the unit price in the bid proposal and shall include all labor, material and equipment required to remove the material, stabilize the new banks and dispose of the material off the site of the job. 01150 -1 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 6. GRADING: Grading shall be specific to the contract part indicated on the bid proposal. Payment should be lump sum and should include all labor, materials and equipment necessary to accomplish the following: • Grade roadway shoulders and swales as required to direct runoff to the stormwater inlets • Soils testing • Contract bonds, insurance, etc. • All other items required to complete the project in accordance with the plans which are not covered by other pay items. 7. REMOVAL OF UNSUITABLE SUBGRADE MATERIALS: Measurement of unsuitable material for pipelines will be as determined by sectioning the area before and after the unsuitable material is removed or other means approved by the Engineer. Unsuitable subgrade material will be determined by the Engineer with limits established as to depth and length of the area of unsuitable material. Unsuitable material will not be removed to a depth greater than two feet without written authorization from the Engineer. The total shall not exceed the quantity of unsuitable material in the Bid Schedule by more than 25 percent without a change order. Payment is for providing all labor, materials and equipment necessary to excavate and remove the unsuitable material offsite. For this project, unsuitable material will be limited to excavation below the bottom of the pipe and bedding. Any removal above this level shall be considered to be trenching and will be included in the price bid for the pipe installation. 8. FOREIGN BORROW (REPLACE UNSUITABLE SUBGRADE MATERIAL ONLY): Measurement of borrow material (compacted in place) shall be done by sectioning the area before and after the unsuitable material is removed. Borrow material will be obtained off site by the Contractor at his expense. Foreign borrow material will not be obtained until onsite suitable material from excavations is used. No extra payment will be made for onsite suitable material used to backfill and compact for replacement of unsuitable material. Payment will be at the unit price in the bid proposal and will include all labor, materials and equipment required to transport the material to the site and to place and compact the material. For this project, use of foreign borrow will be limited to replacement of removed unsuitable subgrade material and replace of material removed from the trench which is not suitable for backfilling operations. 9. PIPE: Measurement of pipe will be on the basis of the number of linear feet of pipe of each size and material in place as shown on the Plans or as measured in the field. Payment for furnishing and installing the pipe will be on the basis of the unit price for each size in the Bid proposal and shall include all work required for excavation and backfilling to properly installing the pipe. 01150 -2 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 10. GRATE INLET: Payment for furnishing and installing the inlets shall be on the basis of the unit price in the Bid Proposal. Payment shall include furnishing and installing the concrete and grates shown on the Plans, excavation, dewatering and backfilling. Payment shall also include furnishing and installing a Silt sack protective mesh in each inlet. 11. STORM MANHOLE: Payment for furnishing and installing storm manholes will be based on the unit price in the Bid Schedule and shall include all labor, materials and equipment required for excavation, installation and backfilling for the manhole. 12. CAST -IN -PLACE JUNCTION BOX: Payment should be at the lump sum price in the bid proposal and shall include furnishing all labor, equipment and material required to install the junction box in accordance with the details, including excavation, dewatering and backfilling. 13. CONCRETE HEADWALL, DOUBLE 42" PIPE WITH TIDEFLEX CHECK VALVES: Payment for the structure will be at the lump sum price in the bid proposal and should include all labor, equipment and materials required to construct the concrete headwall and apron in accord with the details in the plans and likewise to install the Tide flex check valves on the pipes at the headwall. 14. INTERFERENCE MANHOLE: Payment will be on the basis of the unit price in the bid proposal and should include all labor, equipment and material required to install the manhole, remove the existing sanitary sewer pipe, temporize the sewer flow during the removal, install the ductile iron sewer through the manhole, and connect the ductile iron to the existing sewer. 15. SANITARY SERVICE TAP, ETC.: Payment for adjusting and reconnecting an existing sanitary sewer service line will be at the unit price in the bid proposal and should include furnishing all labor, equipment and material to: • Temporize or block the existing service line during the adjustment • Provide a new service tap on the existing gravity sewer • Extend a new 4" service line as required to avoid conflict with new storm drain and connect to the existing service line • Remove or plug the existing service line from the main 16. WATER MAIN: Measurement of pipe will be on the basis of the number of linear feet of pipe in place measured along centerline including valves and fittings. Payment for furnishing and installing the pipe shall be on the basis of the unit price for each item in the Bid Proposal and shall include all 01150 -3 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 work required for excavation and backfilling to properly install the pipe and testing. Cost of required fittings should be included in the price bid for pipe. 17. VALVE AND BOX: Payment for furnishing and installing a gate valve and box shall be on the basis of the unit price in the Bid Proposal. Payment shall include furnishing and installing valve, adjusting valve box, excavation and backfilling to install the valve. 18. CONNECT TO EXISTING WATER MAIN WITH FITTING: Payment for connection of a new water main to an existing water main with a sleeve or other fitting shall be at the unit price in the Bid Proposal and shall include all labor, material and equipment necessary to cut the existing main, remove and/or abandon the existing line, and make a watertight connection to the existing main. 19. CONNECT TO EXISTING SYSTEM WITH TAPPING SLEEVE AND TAPPING VALVE: Payment for connecting a new water main to an existing water main with tapping sleeve and tapping valve in box shall be based on the unit price in the Bid Proposal and shall include all labor, material and equipment necessary to make the connection and properly install the components. 20. LOWER WATER MAIN: Payment should be at the unit price in the bid proposal and should include furnishing all labor, materials and equipment required to: • Shut off flow in the existing main • Cut the water main on either side of the work area • Install new, like size water main below the storm drain in accord with the detail in the plans • Clean and disinfect the new line • Connect the new main to the existing 21. REMOVE AND RESET FIRE HYDRANT: Payment will be at the unit price in the bid proposal and should include furnishing all labor, materials and equipment required to shut down the hydrant lead, extend the hydrant lead as required to avoid conflict with the storm drain, and reinstall the existing hydrant at the end of the line. 22. REMOVE AND REPLACE WATER SERVICE LATERAL: Payment shall be at the unit price in the bid proposal and should include furnishing all labor, material and equipment required to shut down the existing service line, cut it as required to avoid conflict with storm drain, install new water service line above completed storm drain, and connect to existing service line. 01150 -4 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 23. WATER SERVICE TAP, SERVICE LINE, METER AND CONNECTION: Payment should be at the unit price in the bid proposal and shall include furnishing all labor, equipment and material required to: • Shut down the existing service line • Make a new connection to the water main, including corporation stop • Extend new water service line to avoid conflict with storm drain • Install new water meter as shown • Connect new service line to existing service line • Remove existing meter and service line 24. WATER SERVICE TAP, SERVICE LINE AND CONNECTION: Payment should be at the unit price in the bid proposal and should include furnishing all labor, equipment and material required to: • Shut down the existing service line • Make a new connection to the water main, including corporation stop • Install new water service line to avoid conflict with storm drain • Connect new service line to existing service line • Remove /cap existing service line 25. REMOVE AND REPLACE FENCE: Measurement will be on the basis of the actual number of linear feet of fence of each size removed and replaced as shown on the plans or as directed in the field. Payment will be at the unit price in the bid proposal and should include furnishing all labor, material and equipment required to remove the existing fence fabric and posts and then to replace them as shown. If the removed material is not suitable for replacement, the contractor shall furnish new materials of same or better quality of no additional cost to the City. 26. REMOVE AND REPLACE CHAINLINK FENCE GATE: Payment shall be at the unit price in the bid proposal and should include furnishing all labor, equipment and material required to remove the existing gate and replace it when the work is complete and the fence is back in place. If the existing gate is unsuitable for replacement, the contractor shall furnish new materials of same or better quality at no additional cost to the City. 27. REMOVE AND RESET WOOD POST: Payment shall be at the unit price in the bid proposal. 28. REMOVE AND RESET SIGN: Payment shall be at the unit price in the bid proposal and should include furnishing all material, labor and equipment required to remove the existing sign, store it during the construction activities, and reinstall it when the work is complete. If the removed sign or post is unsuitable for replacement, the contractor shall furnish new material at no additional cost to the City. 01150 -5 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 29. REMOVE & REPLACE EXISTING ASPHALT PAVING: Measurement of the removal and replacement of existing asphalt paving where shown on the Plans will be based on the actual number of square yards of pavement. Payment shall be based on the unit price per square yard in the Bid Proposal and shall include the removal and off site disposal of the asphalt pavement. 30. REMOVE AND REPLACE CONCRETE DRIVE: Measurement of the removal and replacement of existing concrete driveway will be based on the actual number of tons of leveling and square yards removed and replaced as measured in the field. Payment shall be on the basis of the unit price per square yard in the bid proposal and should include the removal and off -site disposal of the concrete pavement. 31. REMOVE AND REPLACE BRICK DRIVE: Measurement of the removal and replacement of existing brick driveway will be based on the actual number of square yards removed and replaced as measured in the field. Payment will be on the basis of the unit price per square yard in the bid proposal and shall include the removal of the bricks and off -site disposal if required. If new bricks are used in the replacement, they should match the existing to the extent possible. 32. REMOVE AND REPLACE CONCRETE SIDEWALK: Measurement of the removal and replacement of existing concrete sidewalk will be based on the actual number of square yards removed and replaced as measured in the field. Payment will be at the unit price in the Bid Proposal and shall include the removal of the concrete, its off -site disposal, and the replacement walk. 33. TRAFFIC CONTROL: Payment will be at the lump sum price in the bid proposal and shall include furnishing all labor, material and equipment required to control the flow of traffic in or around the work area, as noted in the plans and specifications. This includes development of traffic control and detour plans for review and approval. The amount bid for this item should be specific to the contract part to which it applies. 34. NPDES COMPLIANCE: Payment will be on the basis of the lump sum in the bid proposal and should include all measures required to comply with the requirements of the Georgia General Permit for Construction. This will include preparation of the Stormwater Pollution Prevention Plan, the Notice of Intent and the Notice of Termination, as well as all required testing and reporting. 35. SOIL EROSION AND SEDIMENTATION: Payment for this item is for measures to be taken as indicated on the Plans and Specifications and provided in the Manual for Erosion and Sedimentation Control in Georgia. Payment is for all labor, material and equipment necessary to meet the requirements. 01150 -6 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 36. GRASSING: Measurement of grassing shall be on the basis of the number of square yards furnished and installed where shown on the plans and/or as directed by the Engineer. Payment for furnishing and installing the grassing shall be at the unit price in the Bid Proposal. 37. MISCELLANEOUS CONNECTION, ETC.: As indicated on the plans and in the documents, the project is divided into two parts, Part 1 and Part 2. The City of Tybee Island will decide, when the bids are received, whether funds are sufficient to do all the improvements as shown on the plan. If only Part 1 is done, there will need to be certain tie -in and temporization measures required to keep the entire system functional when the Part 1 improvements are installed. Payment for this will be at the lump sum price in the bid proposal. 38. ADDITIVE ALTERNATE 1: If the inclusion of additive alternate 1 is authorized by the City, measurement will be on the basis of the actual number of tons of leveling and square yards of roadway overlay as measured in the field. Payment will be at the unit prices in the bid schedule and will be full compensation for completing the work in accord with the typical section of the plans. This will include: • Preparation of the existing pavement • Application of tack coat as applicable • Placement of leveling and surface courses as shown and required • Placement of any pavement markings currently on the roadway. 01150 -7 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 SECTION 02400 STORM DRAINAGE SYSTEM 1. SCOPE: Under this heading shall be included all operations in connection with the installation of the storm drainage system. 2. EXCAVATION AND BACKFILL: Excavation and backfilling shall be as specified in Section 02221, Excavation, Trenching and Backfilling for Utility Systems. 3. DELIVERY,_ STORAGE, AND HANDLING OF MATERIALS: a) Delivery and Storage. Materials delivered to site shall be inspected for damage, unloaded, and stored with the minimum of handling. Do not store materials directly on the ground. Inside of pipes and fittings shall be kept free of dirt and debris. b) Handling. Materials shall be handled in such a manner as to insure delivery to the trench in sound undamaged condition. Pipe shall be carried to the trench, not dragged. Gasket materials and plastic materials that are not to be installed immediately shall not be stored in the direct sunlight. 4. PIPE FOR CULVERTS AND STORM DRAINS: Pipe for culverts and storm drains shall be as indicated and shall conform to requirements for the following types. a) Concrete Pipe. Pipe shall be reinforced concrete pipe conforming to ASTM C76, Class III. 1) Joints. Joints shall be made by use of a continuous rubber gasket conforming to the requirements of ASTM C443. Type II or III rubber gaskets shall be used on the pipe. Joints which do not fit tightly and uniformly shall be grouted after that segment of the line has been installed. All joints shall be wrapped with a two foot wide strip of filter fabric lapped two feet. 02400 -1 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 The assembly of the gasketed joint shall be performed as recommended by the pipe manufacturer. The elastomeric gaskets may be supplied separately in cartons or prepositioned in the bell joint or coupling at the factory. In all cases, clean the gasket, the bell or coupling interior, especially the groove spigot area to remove any dirt or foreign material before assembling. Inspect the gasket, pipe spigot bevel, gasket groove, and seating surfaces for damage or deformation. When gaskets are separate, use only gaskets which are designed for and supplied with the pipe. Insert them as recommended by the manufacturer. Lubricant should be applied as specified by the pipe manufacturer. Align the spigot to the bell and insert the spigot into the bell until it contacts the gasket uniformly. b) Corrugated Polyethylene Pipe. Shall be high density polyethylene corrugated pipe with an integrally formed smooth interior. Corrugations shall be annular. Pipe shall be made of polyethylene compounds which conform to the requirements of Cell class 335420C (min.) as defined and described in ASTM D -3350, except that carbon black shall not exceed 5 %. Requirements for test methods, dimensions, and markings are those found in AASHTO Designations M -252 and M -294. Minimum parallel plate pipe stiffness values shall be as follows: Diameter Pipe Stiffness* 15" 42 psi 18" 40 psi 24" 34 psi 30" 28 psi 36" 22 psi 42" 19 psi 48" 17 psi 60" 14 psi *Per ASTM Test Method D -2412 Joints shall be integral bell and spigot with a gasket on the spigot end. Gasket material shall meet ASTM F -477. Installation shall be in accordance with ASTM Recommended Practice D -2321 or as specified by the Project Engineer or Local approving agency. A manufacturer's certification that the product was manufactured, tested, and supplied in accordance with this specification shall be furnished to the Project Engineer upon request. 02400 -2 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 5. DRAINAGE STRUCTURES: Drainage structures shall be of the following types, constructed of the materials specified for each type and in accordance with the indicated details. a) Manholes and Inlets. Construction shall be of reinforced concrete, plain concrete, brick, precast reinforced concrete or precast concrete segmental blocks, complete with frames and covers or gratings. Precast concrete manholes and inlets shall be designed for the required depth and to sustain the required wheel loads and/or surface pressures. When manholes and inlets are to be constructed of prefabricated materials, shop drawings shall be submitted for approval before ordering the material. b) Connection to Existing Inlets and /or Manholes. Pipe connections to existing inlets and/or manholes shall be in such a manner that the finished work will conform as nearly as practicable to the applicable requirements specified for new inlets and /or manholes, including all necessary concrete work, cutting and shaping. 6. MATERIALS FOR DRAINAGE STRUCTURES: a) Mortar. Mortar for connections to other drainage structures, and brick or block construction shall conform to ASTM C270, Type M, except the maximum placement time shall be one half hour. Hydrated lime may be added to the mixture of sand and cement in a quantity equal to 25 percent of the volume of cement used. Hydrated lime shall conform to F.S. SS -L- 351, Type M, or ASTM C141, Type A. The quantity of water in the mixture shall be sufficient to produce a stiff workable mortar but in no case shall exceed 5 gallons of water per sack of cement. Water shall be clean and free of harmful acids, alkalies, and organic impurities. The mortar shall be used within 30 minutes after the ingredients are mixed with water. b) Precast Reinforced Concrete Manholes. Manholes shall conform to ASTM C478 or AASHTO M199. Joints between precast concrete risers and tops shall be full- bedded in cement mortar and shall be smoothed to a uniform surface on both exterior and interior of the structure or joints may be made with flexible rubber -type gaskets. c) Precast Concrete Segmental Blocks. Blocks shall conform to ASTM C139, not more than 8 inches thick, not less than 8 inches long, and of such shape that joints can be sealed effectively and bonded with cement mortar. 02400 -3 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 d) Bricks. Bricks shall conform to ASTM C62, Grade SW; ASTM C55, Grade S -I or S -II; or ASTM C32, Grade MS. Mortar for jointing and plastering shall consist of one part Portland cement and two parts fine sand. Lime may be added to the mortar in a quantity not more than 25 percent of the volume of cement. The joints shall be filled completely and shall be smooth and free from surplus mortar on the inside of the structure. Brick structures shall be plastered with 3/4 inch of mortar over the entire outside surface of the walls. For square or rectangular structures, brick shall be laid in stretcher courses with a header course every sixth course. For round structures, brick shall be laid radially with every sixth course a stretcher course. e) Frame and Cover or Gratings. Fabrication shall be from one or more of the material options presented in F.S. RR -F -621, except the malleable cast iron option shall conform to ASTM A220, Grade 40010. Weight, shape, size and waterway openings for grates and curb inlets shall be as indicated on the plans. Frames and covers for curb inlets and for areas not subject to vehicular traffic or storage may be malleable iron if so indicated. Malleable iron frames and covers shall conform to ASTM A220 and shall be of the weight, shape and size indicated. All metal used in grate inlets and manhole castings is to be American made using domestic materials. The manufacturer will be required to certify this prior to product acceptance. 7. BEDDING: See Section 02221 "Excavation, Trenching and Backfill for Utility Systems," for additional requirements. 8. PLACING PIPE: Each pipe shall be carefully examined before being laid, and defective or damaged pipe shall not be used. Pipe lines shall be laid to the grades and alignment indicated. Proper facilities shall be provided for lowering sections of pipe into trenches. Under no circumstances shall pipe be laid in water, and no pipe shall be laid when trench conditions or weather are unsuitable for such work. Pipe shall be moved horizontally into place by use of a winch or other suitable means. A backhoe bucket or other means which could damage the pipe shall not be used. Diversion of drainage or dewatering of trenches during construction shall be provided as necessary. All pipe in place shall be inspected before backfilling, and those damaged during placement shall be removed and replaced at no additional cost to the Owner. No additional compensation will be given to the Contractor for the required diversion of drainage and/or de- watering of trenches. 9. BACKFILLING: Backfilling shall be done in accordance with Section 02221, "Excavation, Trenching and Backfill for Utility Systems." 10. STONE RIPRAP: a) Materials. The stone used for stone slope protection shall be sound, rough, dense and resistant to the action of air and water and satisfactory to the Engineer. The stone shall have a 02400 -4 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 density of not less than 150 pounds per cubic foot. Neither the breadth nor the thickness of any piece of stone shall be less than one -third of its length. The stone will be subject to inspection on delivery and if found to be improper gradation or quality, it will be rejected. The stone shall consist of quarry run sizes, graded as specified below: STONE SLOPE PROTECTION SIZE OF PERCENT OF TOTAL WEIGHT STONE SMALLER THAN THE GIVEN SIZE Class I 100 lb. 100 60 lb. 80 25 lb 50 2 lb. Not to Exceed 10 b) Placement. The slope protection shall be placed in such a manner as to produce a reasonable well - graded mass of material with the minimum practicable percentage of voids, and shall be constructed within the limits and to the lines, grades, and sections shown on the Plans. Filter fabric (Mirafi 700X or approved equal) shall be placed and toed -in before placing riprap. Materials shall be placed in horizontal layers starting on the lower edge of the section and worked up the slope. Dumping down the slope will not be permitted. Materials shall not be dropped from a height greater than 3 feet. Any damage to the slope due to the fault of the Contractor shall be repaired at no expense to the Owner. 11. SHOP DRAWINGS: Shop drawings shall be submitted on each manufactured item supplied under this Section along with other information as specified. 12. MEASUREMENT AND PAYMENT: Measurement and payment for work under this Section shall be in accordance with Section 01150. 02400 -5 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 SECTION 03301 CAST -IN -PLACE CONCRETE FOR MISCELLANEOUS STRUCTURES 1. SCOPE: Under this heading shall be included the furnishing of all labor, materials, equipment, tools and energy necessary to accomplish the cast -in -place concrete work to be constructed under this Contract, as shown on the Contract Plans and hereinafter specified. 2. APPLICABLE STANDARDS: Where any material or operation is specified by reference to the following published specifications or standards or the specifications or standards of any other organizations, the latest edition of the referenced specification or standard shall be as much a part of this Section as if quoted in full herein. a) American Concrete Institute (ACI). 214 Recommended Practice for Evaluation of Strength Test Results of Concrete 302 Recommended Practice for Concrete Floor and Slab Construction 304 Recommended Practice for Measuring, Mixing, Transporting, and Placing Concrete 309 Recommended Practice for Consolidation of Concrete 315 Manual for Standard Practice for Detailing Reinforced Concrete Structures 318 Building Code Requirements for Reinforced Concrete b) American Society for Testing & Materials (ASTM). A185 Standard Specification for Welded Steel Wire Fabric for Concrete Reinforcement 03301 -1 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 A615 Standard Specification for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement (including S1) C31 Standard Method of Making and Curing Concrete Test Specimens in the Field C33 Standard Specifications for Concrete Aggregates C39 Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens C42 Standard Method of Obtaining and Testing Drilled Cores and Sawed Beams of Concrete C94 Standard Specification for Ready -Mixed Concrete C143 Standard Test Method for Slump of Portland Cement Concrete C150 Standard Specification for Portland Cement C171 Standard Specification for Sheet Materials for Curing Concrete C172 Standard Method of Sampling Freshly Mixed Concrete C192 Standard Method of Making and Curing Concrete Test Specimens in the Laboratory C309 Standard Specification for Liquid Membrane - Forming Compounds for Curing Concrete C595 Standard Specifications for Blended Hydraulic Cements c) American Welding Society (AWS). D1.4 Structural Welding Code - Reinforcing Steel 3. SUBMITTALS: Submittals shall be made to the Engineer as required under the following referenced paragraphs in accordance with the General and Special Conditions: Quality Assurance; and Batching, Mixing and Transporting Concrete. 03301 -2 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 Before starting construction operation submit shop drawings showing reinforcement placement plans and details including sizes, bends, grades of steels and splices. Also include manufacturers data sheets or shop drawings for all accessories and miscellaneous materials to be used in the work. Conform to ACI 315 for detailing of reinforcement. 4. TEST REPORTS AND CERTIFICATES: Certified copies of test reports and certificates or other satisfactory evidence where so specified shall be furnished in conformance with the General and Special Conditions before delivering certified or tested materials to the project site. 5. GENERAL: All concrete shall be normal weight concrete and shall be mixed to produce a material which will have a compressive strength of at least 4,000 psi when tested at 28 days. Concrete work shall conform to the requirements of ACI 301 and 318 as applicable unless otherwise noted on the Contract Plans or specified herein. Contractor shall be thoroughly familiar with all the requirements of publications referenced to herein for quality control and production of concrete. Measurement units, as used in this Specification, are as follows: Gallons - shall mean U.S. gallons; Bag - shall mean a 94 -pound bag of cement. 6. MATERIALS: a) Fine Aggregate. Fine aggregate shall be washed, natural sand and consist of hard, strong, durable, well graded and uncoated particles conforming to ASTM C33. b) Coarse Aggregate. Coarse aggregate shall be washed gravel or washed crushed stone consisting of hard, strong, durable, and uncoated particles; and shall not exceed limits for deleterious substances as specified in ASTM C33. Coarse aggregate gradation shall comply with the size number for the use indicated as follows: Size No. Nominal Size* Use 57 1" to No. 4 For thick concrete sections including footings, foundations, pile caps, piers, grade beams, pads and slabs (> 8 inches thick) 03301 -3 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 Size No. Nominal Size* Use 67 3/4" to No. 4 8 Concrete fill, thrust blocks, stairs, steps, sidewalks, curbs, floors, walls, beams, columns, pads and slabs (> 4 inches and < 8 inches thick) 3/8" to No. B Thin sections where structural element or reinforcing is confined (> inches and < 4 inches thick) *Nominal maximum size shall not exceed values specified in Chapter 3 of ACI 318. c) Cement. Cement shall comply with ASTM C150, Type 1, except as follows: Cement used in concrete to be exposed to salt water, or brackish water shall comply with ASTM C595, Type IP. Pozzolan shall not exceed 20 percent of the cement weight. Tricalcium aluminate (C3A) content of the cement shall be less than 8 percent when structures are in direct contact with sewage, effluent or subjected to moderate sulfate attack. Use only one brand, from one mill of each type of cement selected for use. d) Water. Water shall be potable and free of substances that may be deleterious to concrete or steel. e) Reinforcement. Concrete reinforcement shall conform to ASTM A185 for welded steel wire fabric and ASTM A615, Grade 60 for deformed bars. Only new materials shall be used and shall be free of loose rust, oil, grease, mill scale, paint and other deleterious materials. If welding of reinforcement is shown on the Contract Plans, conform to AWS D1.4, otherwise welding of reinforcing is not allowed. Reinforcement shall be placed in accordance with the Contract Plans and as specified in ACI 301 and 318 and as recommended in ACI 315. Concrete protection for deformed reinforcement shall be 2 inches with the following exceptions: 3 inches when deposited against earth, and 3/4 inches for walls and slabs not exposed to earth or weather unless otherwise indicated. Welded wire fabric shall be placed in upper 1/3 of slab unless otherwise indicated. 03301 -4 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 f) Formwork. Formwork shall conform to the requirements of ACI 301 and 318 as applicable unless otherwise specified herein. Design and safety of forms and formwork shall be the responsibility of the Contractor. Forms shall be of metal, plywood or of tongue- and - groove lumber, and shall be of the grade and type which will provide the concrete finish required. Forms constructed of tongue -and groove lumber shall be lined when used to form exposed -to -view surfaces. Form lining, where used, shall be tempered fiber board not thinner than 1/8 inch. Form oil shall be non - staining mineral oil. Form ties shall be of the cone nut threaded rod or standard snap -tie type, and designed so that when removed, no metal will be left closer than 1 inch from the finished concrete surface. Form ties shall have a working strength of not less than 3,000 pounds when fully assembled. g) Grout. Grout for pointing -up voids and cavities left by removal of form ties shall be with a dry pack consistency sand - cement mortar. Mortar shall consist of one part Portland cement to two parts clean sand having a fineness modulus between 2.8 and 3.2. Minimum compressive strength: 4,500 psi at 28 days. Thoroughly mix grout with approximately 2 -1/2 gallons of water per sack of cement. On exposed surfaces, above grade, replace part of cement with while Portland cement for color matching. h) Curing Materials. The following material is acceptable for curing concrete as specified in this section: 1) Liquid Membrane - Forming compound shall comply with ASTM C309. Use Type 1 -D, translucent with fugitive dye; except Type 2, white pigmented, shall be used on surfaces exposed to direct rays of sun. Do not use on surfaces to receive floor hardener. 2) Sheet material shall comply with ASTM C171. Use white reflective type materials on surfaces exposed to direct ray of sun. 3) Non - staining burlap, cotton mats or moisture retaining fabrics, except white materials shall be used on surfaces exposed to direct ray of sun. Material shall be sufficiently thick to retain moisture between wetting applications. 7. QUALITY ASSURANCE: a) Concrete Strength Tests. The Contractor shall retain a qualified testing laboratory for field inspection and strength testing of concrete. For test purposes, one set of test specimens shall be taken for each 50 cubic yards or fraction thereof of concrete placed. Each set for each type of concrete, mix and 03301 -5 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 strength test, shall consist of four test specimens, and shall be made from a separate batch. Samples shall be secured in conformance with ASTM C172. Test specimens shall be made, protected , cured and packed for shipment in accordance with ASTM C31. Specimens shall be cured under laboratory conditions in conformance with ASTM C192; or when directed, under field conditions similar to the placed concrete. Cylinders will be tested in accordance with ASTM C39. Each test result shall be the average of the strengths of the test specimens of a set except that if one specimen in a set shows evidence, other than low strength, of improper sampling, molding, handling, or curing, the remaining specimens shall be considered the test result. Test specimens will be evaluated for meeting strength level requirements specified in conformance with Chapter "Concrete Quality" of ACI 318, except as otherwise specified herein. Two cylinders in each set shall be tested at 7 days and the remaining cylinders tested at 28 days. When cured specimens fail to conform to the requirements for strength, a change in the cement and aggregate, proportions, water content and admixtures, for the remaining portions of the work shall be performed at no additional cost to the Owner. If the average test strength of the specimens falls below the required average compressive strength, the Engineer may require that 3 core samples, in accordance with ASTM C42, be taken and tested for each separate pour area. In addition, the Engineer may require a change in the placement and curing procedure without additional cost to the Owner. b) Tests of Hardened Concrete in or Removed From the Structure. 'When the results of the strength tests of the control specimens indicate the concrete as placed does not meet Specification requirements or where there is other evidence that the quality of the concrete is below specification requirements, the following shall apply. Cores drilled from concrete shall be made and tested in conformance with ASTM C42. Paragraph 4.7.4.4 of ACI 318 -83 shall not apply as a method for acceptance of the area in question for structural adequacy. All core and beam test strength values shall be at or above the specified compressive strength for the class of concrete furnished. If the results of core tests indicate that the concrete as placed conforms to the Contract Plans and Specifications, the cost of such tests will be borne by the Owner. If the results of tests indicate that the concrete as placed does not conform to the Contract Plans and Specifications, the cost of such tests shall be borne by the Contractor, and the defective work shall be removed and replaced at no additional cost to the Owner. c) Slump Test. Test each batch as delivered in conformance with ASTM C143. Under no circumstances is water to be added to batch after slump test. 03301 -6 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 8. CONCRETE DESIGN AND USE: a) Strength. Concrete shall be composed of cement, fine aggregate, coarse aggregate, and water. Concrete compressive strength is specified below for each class of concrete listed. The required average compressive strengths, for the purpose of selection of concrete proportions, shall be not less than values listed in table below then concrete production facility do not have sufficient field strength test records as required by ACI 318. The specified compressive strength and the required average compressive strength are based on 28 -day tests. Specified Required Average Compressive Compressive Class Strength, fc Strength, fcr* B 4,000 psi 5,200 psi *The required average compressive strength values listed in table above may be reduced when sufficient field strength test records are available and used to establish a standard deviation for calculations as required in Chapter "Concrete Quality" in ACI 318 and recommended in ACI 214. b) Water- Cement Ratio. Maximum water- cement ratio, by weight, for the type of structure or class of concrete shall not exceed the following: 1) Structures of Class B (4,000 psi) concrete which are exposed to salt water, or brackish water; 0.45 (5.1 gal./bag U.S.). 2) Maximum water - cement ratio, for concrete when strength data from field experience or trial mixtures are not available, shall not exceed values listed above nor values listed in Table 4.4 of ACI 31883. c) Workability and Slump. 1) Proportions of the concrete shall produce a mixture, suited to placement methods, which will work readily into corners and angles of forms and around reinforcement and embedded items. Segregation of materials or free water will not be permitted. 2) Base Slump of Concrete: 2 to 5 inches. 03301 -7 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 9. BATCHING, MIXING AND TRANSPORTING CONCRETE: a) General. Use transit -mixed concrete from an established plant. Ready -mixed concrete shall be measured, batched, mixed and transported to the project site in accordance with ASTM C94 (Alternative No. 2) and ACI 301, except as otherwise specified or noted on the Contract Plans. Contractor shall be familiar with the recommended practices of ACI 304. Ready -mixed concrete shall not be accepted at the job site without a Batch Ticket. Information on Batch Ticket shall be legible and complete. Contractor shall record weather and temperature at the time of delivery on each Batch Ticket and furnish a copy to the Engineer for record purposes. b) Truck Mixers. Truck -mixed concrete shall comply with the requirements specified in ASTM C94. Water shall not be added to mix after final slump test prior to placement of concrete. Concrete that does not meet the requirements of the Specifications, at the time of concrete placement will be rejected. 10. JOINTS: a) Construction Joints. The plan of operation shall be that which is required to prevent construction joints; where concrete shall be placed continuously, within limits specified, so that each unit will be monolithic in construction. Construction joints shall be installed where shown or specified. Construction joints shall be placed at locations so concrete pours do not exceed 50 feet in any horizontal direction and at locations which least impair the strength and appearance of the structure. Locations where construction joints may be placed are specified in ACI 301. Fresh concrete may be placed against adjoining units provided the set concrete is sufficiently hard not to be injured thereby. Provide keyway 1 -1/2 inches deep covering approximately 1/3 area of construction joint as shown. b) Expansion and Control Joints. Expansion and control joints shall be required to prevent cracking of large concrete poured units. Approximate location and details are shown on the Contract Plans. Control joints shall be made by installation of a joint former or by timely saw cutting (within 4 to 8 hours) to prevent premature cracking. Depth of saw cut shall be at least equal to one -fourth of the member thickness of concrete being cut. Preformed joint formers shall be sufficiently rigid for proper placement. Control joints shall not be placed in watertight structures. 03301 -8 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 Joints shall be straight and properly aligned vertically or horizontally unless otherwise shown. Joint material shall be secured to prevent movement during pouring operation. c) Joint Integrity. No reinforcement, conduit, or other fixed metal item shall be run continuous through joints containing expansion joint filler. d) Finish at Joints. Edges of exposed concrete joints along expansion and construction joints shall be neatly finished with a slightly rounded edging tool or by use of a form strip. Expansion joints shall be sealed immediately after curing operations. e) Chamfering. External corners of columns, girders, beams, slabs, foundation walls and piers shall have 3/4 inch chamfer unless otherwise indicated on Contract Documents. 11. PREPARATION FOR PLACING: Any flow of water shall be diverted through proper side drains and shall be removed without washing over freshly deposited concrete. Hardened concrete, debris, and foreign materials shall be removed from interior of forms and from inner surfaces of mixing and conveying equipment. Reinforcement shall be cleaned and secured in position before placing concrete. Runways shall be provided for wheeled concrete handling equipment; such equipment shall not be wheeled over reinforcement nor shall runways be supported on reinforcement. 12. PLACING CONCRETE: a) General. Concrete shall be placed when ambient air temperature is between 40 degrees F. and 90 degrees F. Concrete shall be handled from mixer to transport vehicle to place of final deposit in a continuous manner, as rapidly as practicable, and without segregation or loss of ingredient until the approved unit of operation is completed. Placement of concrete slab -on -grade shall be arranged so concrete is placed a long continuous strips between joints and /or end of slab. Adjacent slab -on -grade strips maybe placed 12 hours after pouring. During period of time from acceptance of concrete batch delivered to the site and until concrete is ready for curing operation, no additional water, cement or aggregate shall be added, or applied to the mix nor to the placed concrete surface. 03301 -9 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 b) Time Interval Between Mixing & Placing. Concrete that is transported in truck mixers shall be delivered to the site of the work and discharge completed in the forms within the time specified under "Mixing and Delivery." in ASTM C94; except that when the concrete temperature exceeds 75 degrees F., the time shall be reduced to 45 minutes. 13. COMPACTION: Contractor shall be familiar with the methods and equipment for consolidation of concrete in accordance with ACI 309. Immediately after placing, each layer of concrete shall be compacted by internal concrete vibrators. Each lift shall be keyed into the lower lift by allowing the vibrator to penetrate into the lower lift. Vibrators shall not be used to transport concrete inside forms. Internal vibrators submerged in concrete shall maintain a speed of not less than 7,000 vibrations per minute (Hz). The vibrating equipment shall at all times be adequate in number of units and power to properly consolidate all concrete. Spare units shall be on hand as necessary to insure such adequacy. Vibrators shall be applied at uniformly spaced points no farther apart than the visible effectiveness of the machine. 14. PATCHING AND FINISHING OF CONCRETE: Concrete patching and finishing shall be in accordance with ACI 301 and ACI 302 and as indicated on Contract plans. 15. CURING: a) General. Concrete shall be protected against moisture loss, rapid temperature change, mechanical injury, and injury from rain or flowing water, for a period of 7 days unless otherwise specified. Materials and equipment required for curing operation shall be present at the site and be operational prior to commencement of the pouring operation. Curing activities shall be started as soon as free water has disappeared from the surface of the concrete after placing and finishing. Curing shall comply with any of the following methods or combinations thereof as approved: 1. Moist Curing. Moist curing shall consist of continuous or frequent applications of potable water through ponding, or by use of protective water saturated nonstaining burlap, cotton mats or moisture retaining fabrics. 2. Impervious -Sheet Curing. All surfaces shall be thoroughly wetted with a fine spray of water and be completely covered with water -proof paper, polyethylene sheeting, or with polyethylene- coated burlap having the burlap thoroughly water- saturated before placing. Covering shall be laid with light colored side up. Covering shall be lapped not less than 12 inches and securely weighted down or 03301 -10 ADDENDUM NO. 1 DATED NOVEMBER 21, 2008 shall be lapped not less than 4 inches and taped to form a continuous cover with completely closed joints. Sheets shall be weighted down to prevent displacement or billowing from winds. Coverings shall be folded down over exposed edges of slabs and secured by approved means. Sheets shall be immediately repaired or replaced if tears or holes appear during the curing period. 3. Membrane Forming- Compound Curing. The compound shall be applied on damp surfaces as soon as the moisture film has disappeared; and shall be applied by power spraying equipment using a spray nozzle equipped :gin a wind guard. The compound shall be applied in a 2 coat continuous operation at a coverage of not more than 400 square feet per gallon for each coat or at the manufacturer's recommended coverage, whichever is less. When application is made by hand sprayers, the second coat shall be applied in a direction approximately at right angles to the direction of the first coat. The compound shall form a uniform, continuous, adherent, film that shall not crack, check or peel, and shall be free from pinholes or other imperfections. Surface subjected to heavy rainfall within 3 hours after compound has been applied, or surfaces damaged by subsequent construction operations within the curing period shall be resprayed at the rate specified above. The membrane - forming compound shall not be used on surfaces that are to receive any subsequent treatment or floor hardener that depends on adhesion or bonding to the concrete. Surfaces coated with curing compound shall be kept free of foot and vehicular traffic and from other surfaces of abrasion and contamination during the curing period. 16. DAMAGE TO THE WORK: The requirements of these Specifications are to be considered the minimum with respect to strength, crack control, placement, finishing and curing. The Contractor shall extend the requirements of these Specifications as necessary to provide best quality concrete work free of defects. Defective work, including low strength, cracked concrete, surface irregularities, exceeding of tolerances, or any other defects which are caused by the Contractor's operations or construction methods shall be removed and replaced at no additional cost to the Owner. 17. CLEANING: Upon completion of work, all forms, equipment, protective covering and rubbish resulting there from shall be removed from the premises. Finished concrete surfaces shall be left in a condition satisfactory to the Engineer. 03301 -11 K139 HUSSEY, GAY, BELL & DEYOUNG, INC. CONSULTING ENGINEERS .1 Bell Company September 8, 2008 Ms. Diane D. Schleicher City Manager City of Tybee Island P. O. Box 2749 Tybee Island, Georgia 31328 -2749 RE: 12TH - 15TH STREET DRAINAGE PROJECT CONCEPTUAL DESIGN Dear Ms. Schleicher: In accord with our agreement with the City of Tybee Island, HGBD has completed a draft conceptual design for required drainage improvements in the referenced basin. The purpose of the effort is to establish the scope of the required adjustments, determine the estimated costs associated with their implementation, and present a phased plan for the completion of the improvements which allows the City to obtain maximum impact for the funds expended. This concept design data will, in turn, serve as the basis for the development of construction drawings and documents as needed to put the improvements into place, culminating in a very significant reduction in flooding conditions in this part of the islands. The stated goal of the study was the development of an improvement plan which would pass the runoff from a 50 year design storm which occurs coincident with a standard daily high tide. The basin itself was defined as being bounded by 12th Street on the north, 2 "d Avenue on the east, 16th Street on the south and Chatham Avenue/Venetian Drive on the west. The 50 year storm is one which has a projected recurrence period of 50 years, or one with a 2% probability of occurring in any given year. In the Tybee area, the storm delivers a total rainfall of 9 inches in a 24 hour period, with a distribution curve such that the bulk of the rainfall occurs in a 4 hour period beginning near the center of the overall 24 hour period. The normal high tide level has been defined for the Tybee area as being at elevation 3.0, or 3' above mean sea level. As we all know, the tide fluctuates throughout the day. However, for purposes of this study, this tide level has been modeled as being constant throughout the rainfall event. This conservative approach ensures that the results will be correct regardless of the time of the peak tide, and provides somewhat of an additional capacity at times when the tide is not high. 329 COAL \IERCIAL DRIVE (31406) • P.O. BOX 14247 • SAVANNAH. GEORGIA 31416 -1247 • TELEPHONE 912.354.4626 • FACSIMILE 912.354.6754 625 Green Street, N.E. Gainesville, GA 30501 Telephone: 770.5 35.1133 Facsimile: 770.535.1134 474 Wando Park Blvd., Suite 201 (29464) P.O. Box 1771 Mt. Pleasant, SC 29465 Telephone: 843.849.7500 Facsimile: 843.849.7502 mvvr.hgbd.cont 1219 Assembly Street (292011 P.O. Box 7967 Columbia, SC 29202 Telephone: 803.799.0444 Facsimile: 803.799.1499 Ms. Diane D. Schleicher September 8, 2008 Page No. 2 The infrequent high tides which occur throughout the year (spring tides), which have a maximum level around 6.0 MSL, were not considered. Field observations show, and earlier studies confirm, that this tide level is above the ground elevation in parts of the basin. Given this, the only way to remove stormwater from the basin under this condition would be by pumping, which HGBD has not recommended and which the City has been hesitant to endorse. This draft concept design consists of three parts — the concept design layout itself, the tables and exhibits which support the design, and the estimates of probable construction cost associated with the improvements. Each of these is discussed in more detail below. Concept Design This document shows a schematic view of the proposed improvements superimposed over an aerial view of the basin. For the most part, the improvements are replacements to the existing drainage system, in the same approximate location. Proposed improvements are shown in the colors red, blue and magenta, and consist of replacement pipes and drainage structures. Those parts of the existing system which are proposed to remain in place are shown in yellow. The size of the replacement pipes are shown beside the lines and represent diameter; i.e., a 36" means that the pipe would have a 36" interior diameter. As is obvious from examining the drawing, the proposed pipes are much larger than the existing, which have been consistently, and sometimes disastrously, shown to be undersized. Part of this is due to the raw amount of water which the conduits must pass. However, the limited elevation difference between the 3.0 tide level and the acceptable water surface elevation results in a very small amount of driving head, which results in the need for larger pipes for given flows. Regarding water surface levels, it is the intent of this effort to prevent structural flooding in the basin. This has been achieved. However, there are still instances where there will be a buildup of water above the top of certain drainage inlet structures which will surcharge the system. These residual ponding levels have been determined to be well below roadway and building floor elevations and have been considered by HGBD to be acceptable; complete elimination of this would require even larger pipe for what is minimal benefit. As would be expected for such a large basin area, the extent of the improvements is quite widespread. To make the improvements more economically feasible, we have developed a recommended phasing approach to implementation, which is also shown on the exhibit. HGBD has identified five improvement projects which can be completed in a relatively independent manner, one for each of the primary east -west streets in the basin (12th, 13th, 14th, 15th and 16th (Tybrisa). However, the priority does not follow the streets. The top priority would be the 14th Street system, which, due to its scope and projected cost we have shown as being completed in two phases. After that the order would be Tybrisa, 13th Street, 15th Street and finally 12th Street. Ms. Diane D. Schleicher September 8, 2008 Page No. 3 Although the systems are interconnected, they are still somewhat independent, and each has an outlet to the receiving waters. As a result, the City could alter the priority or even elect not to implement one or more of the proposed improvement priorities. If this occurs, we do recommend that the tide gates be installed on the existing outfalls, in order to limit tidal inflow into the combined system. Design Support The proposed improvements were developed by modeling the drainage basin in the program XP -SWMM until the combination of new and existing pipes resulted in a drainage system which will pass the 50 year against a standard high tide with only limited amounts of residual ponding in non - critical areas. The improvements are shown on the exhibit discussed above. To provide support for the improvements shown, HGBD has prepared three tables and a model schematic which can be reviewed by City personnel and others authorized by the City. The model schematic shows the nodes (collection points), conduits (pipes and ditches) and drainage areas assigned to each collection node. The nodes and conduits are shown as lines roughly parallel to the streets; the drainage basin lines are shown around the nodes and represent our interpretation of the surface area draining to each node. This was based on field data, field observation, SAGIS mapping and engineering judgement. The schematic also contains the identification information to be used in navigating the data tables. Table 1 contains the drainage area criteria and flows. Its columns show, from left to right, • The node identification number as shown on the schematic • The area draining to the node, listed in acres • The effective curve number for the area. The curve number is a primary determinant in the amount of runoff which results from every inch of rainfall. Given the relatively uniform surface coverages and soil distribution throughout the basin, a value of 70 has been used for the Curve Number for each individual node. • The time of concentration, in minutes. This is defined as the time it takes water to flow from the most hydraulically remote part of a subbasin to the collection point. Factors affecting this are length, vertical separation and surface coverage. A minimum time of concentration of 10 minutes was used, in accord with current recommendations from GDOT and others with expertise in the field. • The peak flow to each node from the subbasin itself, shown in cubic feet per second for both the 50 year and 100 year storms. Table 2 contains the drainage structure criteria. Its columns show, from left to right, • The node identification number • The invert elevation of the node, in feet above mean sea level • The top elevation of the structure Ms. Diane D. Schleicher September 8, 2008 Page No. 4 • The elevation of the ground adjacent to the structure • The structure type; i.e., grate inlet, manhole, headwall, etc. • The duration of any residual surface ponding, shown in minutes, for both the existing and proposed systems. Table 3 contains the drainage system criteria and flows. Its columns shows, from left to right, • The conduit identification, as shown on the exhibit • Whether the conduit is existing or a proposed replacement line • A description of the conduit • The diameter of the conduit (if a pipe) or the depth (if a ditch) • The channel bottom width, for ditches only • The material of the conduit — earth, concrete, steel, etc. • The slope of the conduit, determined by dividing the elevation difference between the ends of the conduit by the conduit length • The length of the conduit, in feet • The total flow in the conduit for the 50 year and 100 year storms. This is the summation of all the upstream nodal flows with adjustments due to the impacts of time during routing. Cost Estimates While all agree that relief is needed for the residents in the basin, the amount of relief and its timing will certainly be dependent on funding. HGBD has prepared detailed conceptual construction cost estimates for each of the 6 proposed phases (there are two phases in project 1, although this could be done as a single project if desired). These estimates show all the items we anticipate to be required. We have also included an estimated additional cost and then a 20% adjustment for engineering and other contingencies, which are combined with the initial construction estimate to arrive at a total project cost. Please note that we have included no costs for right -of -way or easement acquisition, since we believe that most work can be done in existing right -of- way or easement. The total cost in 2008 dollars, by phase, is as follows: Project 1, Phase 1 $389,000 Project 1, Phase 2 $325,900 Project 2 $324,800 Project 3 $322,000 Project 4 $406,400 Project 5 $218,300 The total current year cost for the entire program is $1,986,400. Ms. Diane D. Schleicher September 8, 2008 Page No. 5 The cost estimate summary also shows the impacts of constructing the improvements over a period of several years, based on an assumed 3% inflation rate. This shows that the maximum cost would be $2,235,710. If the projects were done one per year, then the total would be somewhere in between. The City retains full control over how much of the program is implemented. It should be noted that there could be certain costs associated with this, such as that needed to install the tide gates on the existing pipe lines if they are to remain. At this point, HGBD recommends that the City proceed with the design of the Project 1 improvements on 14th Street. When completed, this could be bid in whole or in part, depending on available funds. Once the project is completed, evaluations could be made of its impacts in the basin, which could be followed by recommendations regarding the other projects. Please find accompanying this letter, for your review and use, 6 copies of the draft concept design documents. A full copy will be forwarded separately to Downer Davis. We are available at your request to discuss or present this data with you, City staff, and City Council, in whole or in part. If you have any questions or comments, please call. Please call with any questions or comments. Sincerely, BILL NICHOLSON cg cc: Bill Lovett Jeff Netzinger Table 1 - Drainage Area Criteria and SWMM Model Flows Page 1 of 1 SWMM Drainage SCS Time of Peak Flow @ Node Node Area Curve Conc. 50 -Year 100 -Year ID (acres) Number (min) (cfs) (cfs) 1410 0.4 70 10 1.6 1.9 1420 1.9 70 26 5.5 6.4 1422 1.0 70 14 3.6 4.2 1421 0.4 70 10 1.6 1.9 1132 1.8 70 16 6.4 7.4 1431 1.4 70 16 5.0 5.8 1430 1.2 70 18 4.0 4.7 1435 1.7 70 22 5.3 6.2 1425 0.7 70 16 2.5 2.9 1441 0.6 70 10 2.4 2.8 1442 0.8 70 12 3.1 3.6 1446 0.2 70 10 0.8 0.9 1440 0.2 70 10 0.8 0.9 1443 0.3 70 10 1.2 1.4 1444 0.5 70 10 2.0 2.4 1321 0.2 70 10 0.8 0.9 1323 0.2 70 10 0.8 0.9 1324 0.7 70 10 2.9 3.3 1320 0.4 70 10 1.6 1.9 1310 1.7 70 16 6.0 7.0 1330 0.7 70 10 2.9 3.3 1333 3.4 70 25 9.6 11.2 1332 1.3 70 14 4.7 5.5 1331 0.7 70 10 2.8 3.3 1.454 0.5 70 10 2.0 2.4 1455 0.6 70 10 2.4 2.8 1453 0.5 70 10 2.0 2.4 1456 0.8 70 12 3.1 3.6 1457 1.2 70 14 4.4 5.1 1452 0.8 70 12 3.1 3.6 1450 0.2 70 10 0.8 0.9 1461 0.9 70 14 3.3 3.8 1460 1.1 70 14 4.0 4.7 1462 0.2 70 10 0.8 0.9 1463 0.7 70 14 2.5 3.0 1470 0.1 70 10 0.4 0.5 1474 0.2 70 10 0.8 1.0 1471 1.8 70 22 5.6 6.5 1472 0.9 70 12 3.5 4.1 1473 0.7 70 10 2.8 3.3 1477 1.3 70 22 4.0 4.7 1478 0.4 70 10 1.6 1.9 1479 0.7 70 10 2.8 3.3 1475 0.7 70 10 2.8 3.3 1476 0.9 70 10 3.6 4.2 1480 0.4 70 10 1.6 1.9 1340 1.1 70 10 4.5 5.3 1341 0.9 70 12 3.5 4.1 1350 1.0 70 10 4.1 4.8 1351 1.1 70 16 3.9 4.5 1261 2.1 70 22 6.5 7.6 1260 42.0 70 100 52.5 61.4 1255 0.5 70 10 2.0 2.4 1242 2.4 70 20 7.6 8.9 1334 0.8 70 10 3.3 3.8 SWMM Drainage SCS Time of Peak Flow C Node Node Area Curve Conc. 50 -Year 100 -Year ID (acres) Number (min) (cfs) (cfs) 1335 0.4 70 10 1.6 1.9 1231 0.4 70 10 1.6 1.9 1232 0.8 70 12 3.1 3.6 1221 0.8 70 12 3.1 3.6 1210 0.9 70 14 3.3 3.8 1211 1.1 70 14 4.0 4.7 1544 0.5 70 10 2.0 2.4 1543 0.5 70 10 2.0 2.4 1545 0.7 70 10 2.8 3.3 1541 0.4 70 10 1.6 1.9 1542 0.6 70 10 2.4 2.8 1550 0.6 70 10 2.4 2.8 1551 0.5 70 10 2.0 2.4 1554 0.6 70 10 2.4 2.8 1553 0.4 70 10 1.6 1.9 1560 0.1 70 10 0.4 0.5 1567 0.5 70 10 2.0 2.4 1561 0.4 70 10 1.6 1.9 1568 1.2 70 14 4.4 5.1 1562 0.2 70 10 0.8 0.9 1563 0.7 70 10 2.8 3.3 1565 0.5 70 10 2.0 2.4 1566 0.6 70 10 2.4 2.8 1564 0.3 70 10 1.2 1.4 1650 2.3 70 20 7.3 8.5 1651 0.8 70 12 3.1 3.6 1652 0.1 70 10 0.4 0.5 1653 2.5 70 24 7.1 8.3 1654 0.9 70 12 3.5 4.1 1655 1.0 70 12 3.9 4.5 1643 0.6 70 10 2.4 2.8 1642 0.9 70 14 3.3 3.8 1641 0.8 70 12 3.1 3.6 1640 0.4 70 10 1.6 1.9 1630 0.5 70 10 2.0 2.4 1620 0.2 70 10 0.8 0.9 1621 1.1 70 16 3.9 4.5 1622 1.5 70 16 5.3 6.2 1615 0.5 70 12 1.9 2.3 1613 1.6 70 18 5.4 6.3 1612 1.0 70 16 3.5 4.1 1610 0.2 70 10 0.8 0.9 1611 0.4 70 14 1.5 1.7 1514 0.6 70 10 2.4 2.8 1515 0.1 70 10 0.4 0.5 1513 0.3 70 10 1.2 1.4 1512 0.4 70 10 1.6 1.9 1511 0.4 70 10 1.6 1.9 1520 0.4 70 10 1.6 1.9 1530 0.7 70 10 2.9 3.3 1532 0.8 70 12 3.1 3.6 1531 0.3 70 10 1.2 1.4 1516 1.2 70 18 4.0 4.7 1517 1.0 70 18 3.4 3.9 1533 0.5 70 10 2.0 2.4 Table 2 - Drainage Structure Criteria and SWMM Model Flooding Results Page 1 of 3 SWMM Existing Existing Adjacent Existing Node Invert Crest Ground Structure ID Elevation Elevation Elevation Type 1100 2.90 5.20 Outfall (OT) 1200 -0.79 5.10 Outfall (HW) 1210 0.26 5.80 Pipe Ends 1211 3.70 6.10 0 Pipe End 1220 -1.30 6.10 Pipe End 1221 4.00 5.86 7 Grate Inlet 1230 -0.40 6.13 61 Pipe End 1231 3.56 7.00 1,817 Pipe Ends 1232 3.84 7.00 32 Pipe End 1240 0.55 4.50 Headwall 1241 1.95 5.92 3,075 Grate Inlet 1242 4.71 6.38 4 Grate Inlet 1250 0.90 4.81 0 Headwall 1255 1.08 5.65 _ 3,477 Grate Inlet 1260 1.40 7.61 3 Roof Inlet 1261 1.77 7.16 267 Grate Inlet 1300 1.00 5.30 260 Outfall (HW) 1310 1.36 5.67 26 Grate Inlet 1320 1.70 6.60 658 Grate Inlet 1321 2.07 5.76 4.966 Grate Inlet 1322 2.96 5.74 Grate Inlet 1323 3.99 6.37 0 Grate Inlet 1324 1.75 5.64 60 Grate Inlet 1330 2.06 5.86 6 Grate Inlet 1331 2.79 6.17 76 Grate Inlet 1332 3.24 5.73 7,019 Grate Inlet 1333 2.11 5.74 Grate Inlet 1334 2.15 6.30 Grate Inlet 1335 4.25 6.25 Grate Inlet 1340 2.82 6.21 Grate Inlet 1341 2.75 6.42 Grate Inlet 1350 3.68 7.70 Grate Inlet 1351 3.25 7.70 Grate Inlet 1400 -0.22 7.40 Outfall (HW) 1410 -0.12 6.94 Manhole 1420 -0.01 5.36 Grate Inlet 1421 -0.01 6.33 Grate Inlet 1422 0.02 5.00 Pipe End 1425 0.02 5.73 Grate Inlet 1430 0.15 4.78 Grate Inlet 1431 0.15 6.10 Pipe Ends 1432 0.17 6.10 Pipe End 1435 0.17 4.78 Grate Inlet 50 -Year Flooding (Existing System) 50 -Year Flooding (Improved System) 100 -Year Flooding (Improved System) Duration Max Depth Max Vol Duration Max Depth Max Vol Duration Max Depth Max Vol (minutes) (inches) (cubic feet) (minutes) (inches) (cubic feet) (minutes) (inches) (cubic feet) 0 0 0 68 3 1,361 0 0 0 843 7 4,255 0 61 5 2,358 745 4 1,817 520 19 18,408 462 32 66,766 498 33 75,251 101 6 3,075 0 106 4 2,177 100 2 1,164 0 119 6 3,477 219 7 3,730 122 3 1,388 262 9 5,829 267 17 15,162 32 0 260 53 1 548 893 26 38,789 868 24 31,648 658 8 4,959 667 8 4.966 0 0 0 n/a 38 13 0 60 0 91 6 3,039 31 1 366 76 7 3,847 101 10 7,019 0 0 0 38 1 538 0 0 0 0 0 12 0 90 0 0 0 0 0 0 0 0 0 0 0 0 0 0 176 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 52 2 1,051 0 0 0 0 0 37 2 1,038 0 0 0 0 0 0 0 0 0 0 0 0 16 0 176 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Table 2 - Drainage Structure Criteria and SWMM Model Flooding Results Page 2 of 3 SWMM Existing Existing Adjacent Existing Node Invert Crest Ground Structure ID Elevation Elevation Elevation Type 1440 0.30 4.91 60 Grate Inlet 1441 0.30 6.40 1,849 Pipe End 1442 0.57 6.40 9 Pipe End 1443 2.54 4.81 396 Grate Inlet 1444 3.25 4.94 3,722 Grate Inlet 1445 2.94 5.25 13 Grate Inlet 1446 0.57 4.37 325 Grate Inlet 1450 0.70 5.40 11,781 Grate Inlet 1452 0.70 5.69 14 Grate Inlet 1453 3.43 5.18 1059 Grate Inlet 1454 3.31 5.52 16.988 Grate Inlet 1455 3.80 5.45 6 Grate Inlet 1456 0.74 4.99 991 Grate Inlet 1457 0.74 5.10 9,457 Grate Inlet 1460 0.86 5.26 17 Grate Inlet 1461 0.86 5.20 947 Grate Inlet 1462 0.89 5.31 17,936 Grate Inlet 1463 3.12 5.17 Grate Inlet 1470 0.98 6.09 0 Grate Inlet 1471 1.00 6.35 Grate Inlet 1472 3.96 6.17 Grate Inlet 1473 2.01 6.05 0 Grate Inlet 1474 0.98 6.11 3,871 Grate Inlet 1475 2.97 5.75 Grate Inlet 1476 3.29 5.71 6.8 Grate Inlet 1477 1.00 5.76 Grate Inlet 1478 2.28 6.60 Grate Inlet 1479 2.48 6.20 Grate Inlet 1480 3.00 5.93 Grate Inlet 1500 -1.50 7.00 Outfall (PE) 1510 - 1.24 6.77 Manhole 1511 2.61 6.69 Grate Inlet 1512 3.05 5.95 Grate Inlet 1513 3.51 6.08 Grate Inlet 1514 2.34 5.84 Grate Inlet 1515 3.52 5.60 Grate Inlet 1516 2.00 5.65 Grate Inlet 1517 2.11 4.91 Grate Inlet 1520 -0.76 6.27 Grate Inlet 1530 -0.34 6.36 Grate Inlet 1531 3.31 5.78 Grate Inlet 1532 2.25 5.73 Grate Inlet 1533 3.98 7.00 Pipe End 50 -Year Flooding (Existing System) 50 -Year Flooding (Improved System) 100 -Year Flooding (Improved System) Duration Max Depth Max Vol Duration Max Depth Max Vol Duration Max Depth Max Vol (minutes) (inches) (cubic feet) (minutes) (inches) (cubic feet) (minutes) (inches) (cubic feet) 279 9 5,339 60 3 1,599 72 4 1,849 291 10 6,799 276 9 5,505 181 6 3.017 396 16 13,428 345 7 3,722 291 4 1,822 442 13 9,799 307 10 6,728 325 11 7,610 558 15 11,781 527 12 9,076 932 14 10,949 995 15 12,392 1059 16 14,096 1083 18 16.988 955 8 4,970 866 6 3,557 956 10 6,323 991 l 1 7.863 1037 13 9,457 1398 16 14,112 1436 17 14,889 1074 19 20.217 947 12 8,447 995 18 17,936 926 28 45,712 0 0 0 0 0 1 0 71 7 3,871 0 0 15 0 156 0 0 0 0 0 0 0 71 0 0 20 2 948 0 0 12 1 259 0 1 419 19 1 255 0 2 887 0 1 356 0 1 432 0 2 998 0 1 _ 514 19 1 408 0 0 35 2 787 56 4 2.290 0 47 4 2,263 59 6 3,208 0 0 0 33 2 926 0 0 0 0 0 0 0 56 5 2.491 0 0 0 0 0 0 0 0 11 0 71 0 0 34 4 2,117 0 0 34 3 1,432 19 1 419 36 3 1,255 27 2 887 20 1 356 21 1 432 27 2 998 22 1 _ 514 36 3 1.608 0 0 56 3 1,710 73 6 3.298 0 63 6 3,571 76 8 4,624 0 0 0 50 4 1,913 0 0 0 0 0 0 0 72 7 4.273 0 0 0 0 0 Table 2 - Drainage Structure Criteria and SWMM Model Flooding Results Page 3 of 3 SWMM Existing Existing Adjacent Existing Node Invert Crest Ground Structure ID Elevation Elevation Elevation Type 1534 4.40 7.00 0 Grate Inlet 1540 0.16 6.53 6,403 Grate Inlet 1541 0.28 4.82 6.0 Grate Inlet 1542 0.34 4.48 6.0 Grate Inlet 1543 0.30 5.18 Grate Inlet 1544 2.14 5.29 0 Grate Inlet 1545 0.35 4.39 6.0 Grate Inlet 1550 0.62 6.39 Grate Inlet 1551 0.71 5.91 4 Grate Inlet 1552 0.76 6.32 848 Junction Box 1553 2.15 6.30 Grate Inlet 1554 0.83 6.00 9 Grate Inlet 1560 1.00 6.83 0 Grate Inlet 1561 1.34 5.21 7.0 Grate Inlet 1562 1.47 6.24 6 Grate Inlet 1563 2.00 6.16 44 Grate Inlet 1564 3.71 7.21 3,909 Grate Inlet 1565 5.49 8.11 13 Grate Inlet 1566 5.74 8.14 293 Grate Inlet 1567 1.37 5.73 3,147 Grate Inlet 1568 1.57 5.82 9 Grate Inlet 1600 -1.08 3.50 1275 Outfall (PE) 1610 0.23 5.54 12,584 Grate Inlet 1611 3.66 5.66 17 Grate Inlet 1612 0.47 5.00 1368 Grate Inlet 1613 0.74 5.38 Grate Inlet 1614 0.89 6.01 Manhole 1615 1.00 5.59 Grate Inlet 1620 1.55 5.83 Grate Inlet 1621 2.24 5.44 Grate Inlet 1622 3.18 5.28 6.0 Grate Inlet 1630 1.81 6.19 Grate Inlet 1640 2.32 6.22 Grate Inlet 1641 3.03 6.24 Grate Inlet 1642 4.29 6.09 Grate Inlet 1643 2.44 6.06 Grate Inlet 1650 3.78 7.13 Grate Inlet 1651 3.61 6.97 Grate Inlet 1652 2.91 6.57 Grate Inlet 1653 3.00 6.90 Grate Inlet 1654 4.29 7.02 Grate Inlet 1655 4.42 7.01 Grate Inlet 50 -Year Flooding (Existing System) 50 -Year Flooding (Improved System) I00 -Year Flooding (improved System) Duration Max Depth Max Vol Duration Max Depth Max Vol Duration Max Depth Max Vol (minutes) (inches) (cubic feet) (minutes) (inches) (cubic feet) (minutes) (inches) (cubic feet) 0 0 519 10 6,403 615 14 11,054 421 6 3,387 411 6 3,376 640 15 12,627 0 344 4 1,921 89 0 56 141 1 270 379 4 2,098 0 640 16 13,694 430 4 2,189 672 14 11,339 848 9 5,754 0 0 540 9 5,914 530 8 5,028 0 0 0 64 6 3,025 110 7 4,282 44 1 37 119 7 3,909 345 8 4,765 418 13 10,025 440 15 13,197 293 5 2,435 348 6 3,147 358 6 3,445 404 9 5,396 413 9 5,878 1275 13 9,971 1334 15 12,584 1410 20 21,222 1369 17 14,988 1356 15 12,884 1368 15 13,096 0 0 76 7 4,194 94 11 7,971 54 3 1,307 14 0 130 98 12 9,215 0 0 0 277 0 0 0 1 558 0 74 11 7,088 0 0 118 0 2 794 0 1 424 0 0 59 5 2,383 61 4 2,044 0 0 0 0 0 0 0 40 3 1,630 72 9 5,640 0 0 0 1 609 42 3 1,680 9 0 97 45 4 2,155 33 2 824 0 2 1.040 0 1 529 53 4 1,824 57 4 2,160 0 0 97 9 5,583 116 13 9,989 77 4 2,279 40 2 1,061 120 14 11,425 0 28 0 277 0 0 38 1 558 0 93 12 9,016 14 0 118 48 2 794 42 1 424 0 0 79 6 3,631 79 6 3,235 0 0 0 0 0 0 0 55 6 3,096 91 12 8,118 0 0 30 1 609 6(1 6 3,030 36 2 1,159 62 7 3,666 52 4 2,086 30 2 1.040 22 1 529 71 6 3,009 76 6 3,363 Table 3 - Drainage System Criteria and Flows Page 1 of 3 SWMM Existing or Conduit Pipe Diam/ Channel Conduit Conduit Conduit Improved System Conduit Proposed Description Ditch Depth Btm Width Material Slope Length Peak Conduit Flow (cfs) ID (inches) (feet) ( %) (feet) 50 -Year 100 -Year 1210 -1200 Proposed Circular 30" HDPE 0.09 128 52.2 60.0 1211 -1210 Proposed Circular 24" HDPE 2.00 40 4.0 4.0 1220 -1210 Existing Trapezoidal 54" 8' Earth -0.80 196 51.8 59.5 1221 -1220 Existing Circular 8" PVC 1.00 40 2.3 2.3 1230 -1100 Existing Trapezoidal 5" 60' Earth 0.63 16 0.0 0.0 1230 -1220 Existing Trapezoidal 42" 8' Earth 0.73 124 51.6 59.4 1231 -1230 Existing Circular 15" Concrete 2.30 40 4.7 5.5 1232 -1231 Existing Circular 15" Concrete 0.53 34 3.1 3.6 1240 -1230 Existing Trapezoidal 42" 8' Earth 0.34 282 51.3 59.2 1241 -1240 Existing Circular 24" PVC 1.52 54 11.4 12.5 1242 -1241 Existing Circular 12" Concrete 5.32 38 7.4 7.5 1250 -1240 Existing Trapezoidal 24" 6' Earth 0.33 106 50.0 57.9 1255 -1250 Proposed Circular 30" HDPE 0.12 156 50.1 58.0 1260 -1255 Proposed Circular 30" HDPE 0.21 156 49.9 57.7 1261 -1260 Proposed Circular 24" HDPE 0.50 44 11.3 12.8 1310 -1300 Proposed Circular 36" HDPE 0.13 280 44.6 48.7 1320 -1310 Proposed Circular 36" HDPE 0.13 260 38.8 41.7 1321 -1320 Proposed Circular 18" HDPE 0.50 44 2.6 2.8 1322 -1321 Existing Circular 12" PVC -0.58 60 1.0 1.1 1323 -1321 Existing Circular 15" Concrete 2.71 34 0.8 0.9 1323 -1324 Existing Circular 12" Concrete 1.26 46 -0.6 -0.6 1324 -1320 Proposed Circular 36" HDPE 0.13 38 35.2 37.5 1330 -1324 Proposed Circular 36" HDPE 0.13 240 32.8 35.1 1330 -1334 Existing Circular 24" Concrete -0.04 254 -4.1 -3.6 1331 -1330 Proposed Circular 30" HDPE 0.50 46 11.1 11.7 1332 -1331 Proposed Circular 15" HDPE 0.50 40 4.7 5.4 1333 -1330 Proposed Circular 36" HDPE 0.13 40 18.4 21.6 1334 -1241 Existing Circular 24" PVC 0.08 238 4.9 5.7 1335 -1334 Existing Circular 12" PVC 6.03 34 1.6 1.9 1340 -1341 Proposed Circular 30" HDPE 0.25 28 6.7 8.1 1341 -1261 Existing Circular 18" PVC 0.01 505 4.8 -5.5 1341 -1333 Proposed Circular 36" HDPE 0.13 488 10.6 12.7 1350 -1340 Existing Circular 18" PVC 0.46 194 2.4 2.9 1351 -1341 Proposed Circular 24" HDPE 0.13 194 5.2 6.1 1351 -1350 Proposed Circular 18" HDPE 0.50 26 2.7 2.8 1410 -1400 Proposed Circular 42" HDPE 0.05 184 84.3 90.1 1420 -1410 Proposed Circular 42" HDPE 0.05 220 44.2 47.4 1421 -1410 Proposed Circular 42" HDPE 0.05 220 39.4 41.7 1421 -1420 Existing Circular 15" CMP -1.22 36 -0.2 -0.2 1422 -1421 Proposed Circular 42" HDPE 0.06 50 37.9 40.0 1425 -1420 Proposed Circular 42" HDPE 0.06 50 39.0 41.3 1425 -1430 Proposed Circular 42" HDPE 0.06 234 36.6 38.5 1431 -1422 Proposed Circular 42" HDPE 0.06 234 34.3 35.9 1431 -1430 Existing Circular 15" Concrete 3.05 38 3.2 3.7 1432 -1431 Proposed Circular 42" HDPE 0.04 48 32.6 34.1 1435 -1430 Proposed Circular 42" HDPE 0.04 48 29.6 30.9 1440 -1435 Proposed Circular 42" HDPE 0.05 246 24.9 25.4 1441 -1432 Proposed Circular 42" HDPE 0.05 246 26.3 28.2 Table 3 - Drainage System Criteria and Flows Page 2 of 3 SWMM Existing or Conduit Pipe Diam/ Channel Conduit Conduit Conduit Improved System Conduit Proposed Description Ditch Depth Btm Width Material Slope Length Peak Conduit Flow (cfs) ID (inches) (feet) ( %) (feet) 50 -Year 100 -Year 1442 -1441 Proposed Circular 36" HDPE 0.06 34 24.6 26.8 1443 -1440 Existing Circular 15" PVC -0.06 66 2.3 2.8 1444 -1443 Existing Circular 15" PVC 1.15 62 1.1 1.4 1444 -1445 Existing Circular 12" PVC 0.20 100 1.1 1.1 1445 -1322 Existing Circular 12" PVC - 0.01 220 1.1 1.1 1446 -1440 Proposed Circular 36" HDPE 0.06 34 22.3 24.4 1450 -1446 Proposed Circular 36" HDPE 0.06 236 22.7 23.6 1452 -1442 Proposed Circular 36" HDPE 0.06 236 22.3 24.8 1452 -1450 Existing Circular 24" Concrete 0.00 30 3.5 4.7 1452 -1544 Existing Circular 15" PVC 0.19 340 -3.3 -3.7 1453 -1454 Existing Circular 18" PVC 0.06 194 -1.6 -2.8 1453 -1456 Existing Circular 12" PVC -0.17 36 2.6 3.6 1454 -1331 Existing Circular 24" PVC 0.06 300 4.2 5.0 1455 -1454 Existing Circular 12" PVC 1.32 34 2.6 3.5 1456 -1450 Proposed Circular 36" HDPE 0.09 46 18.8 21.7 1456 -1457 Existing Circular 12" PVC 2.93 44 0.0 0.0 1457 -1452 Proposed Circular 36" HDPE 0.09 46 19.3 21.1 1460 -1457 Proposed Circular 36" HDPE 0.05 228 15.7 17.8 1461 -1456 Proposed Circular 36" HDPE 0.05 228 13.6 16.0 1461 -1460 Existing Circular 8" PVC 1.45 42 0.4 0.7 1462 -1460 Proposed Circular 30" HDPE 0.05 62 12.8 14.7 1463 -1462 Existing Circular 12" Concrete 0.64 14 3.6 6.0 1470 -1462 Proposed Circular 30" HDPE 0.05 166 9.0 9.9 1471 -1470 Proposed Circular 30" HDPE 0.06 34 8.9 9.5 1472 -1471 Existing Circular 12" PVC 0.59 68 4.4 4.6 1472 -1473 Existing Circular 12" PVC 8.13 24 -3.2 -3.6 1474 -1461 Proposed Circular 30" HDPE 0.05 228 11.4 11.8 1474 -1470 Existing Circular 8" 0.012 0.34 32 2.1 2.1 1475 -1474 Existing Circular 8" Concrete 0.44 130 1.5 1.5 1475 -1479 Proposed Circular 15" HDPE 0.50 48 6.3 6.8 1476 -1475 Proposed Circular 15" HDPE 0.50 64 5.8 6.2 1477 -1474 Proposed Circular 30" HDPE 0.06 34 11.1 11.5 1478 -1477 Proposed Circular 18" HDPE 0.33 84 8.3 8.9 1479 -1478 Proposed Circular 18" HDPE 0.33 60 7.7 8.6 1479 -1480 Proposed Circular 18" HDPE 0.34 154 2.3 2.7 1480 -1340 Existing Circular 20" PVC -0.10 210 4.3 4.3 1510 -1500 Proposed Circular 30" HDPE 0.18 146 29.2 30.3 1511 -1510 Existing Circular 18" PVC 0.36 50 5.5 6.0 1512 -1511 Existing Circular 18" PVC 0.17 256 3.9 4.2 1513 -1512 Existing Circular 12" PVC 0.52 50 2.5 2.5 1513- 1514 Existing Circular 18" PVC 1.09 94 -1.7 -1.8 1514 -1612 Existing Circular 18" PVC 0.08 230 2.1 2.5 1515 -1514 Existing Circular 12" PVC 5.80 10 0.4 0.5 1516 -1510 Existing Circular 15" PVC 0.29 148 5.5 5.8 1517 -1516 Existing Circular 15" PVC 0.21 42 3.7 4.0 1520 -1510 Proposed Circular 30" HDPE 0.18 270 19.7 20.2 1530 -1520 Proposed Circular 30" HDPE 0.18 236 19.0 19.6 1531 -1530 Existing Circular 12" PVC 2.61 44 3.2 3.8 Table 3 - Drainage System Criteria and Flows Page 3 of 3 SWMM Existing or Conduit Pipe Diam/ Channel Conduit Conduit Conduit Improved System Conduit Proposed Description Ditch Depth Btm Width Material Slope Length Peak Conduit Flow (cfs) ID (inches) (feet) (%) (feet) 50 -Year 100 -Year 1532 -1530 Existing Circular 15" PVC 1.21 28 3.1 3.6 1533 -1531 Existing Circular 12" PVC 2.09 32 2.0 2.4 1534 -1531 Existing Circular 8" PVC -0.30 10 -0.1 -0.1 1540 -1530 Proposed Circular 30" HDPE 0.18 284 17.0 17.6 1541 -1540 Proposed Circular 15" HDPE 0.50 24 4.6 4.7 1542 -1540 Proposed Circular 15" HDPE 0.50 36 5.6 5.6 1542 -1541 Existing Circular 12" PVC 0.08 40 -1.3 -1.3 1543 -1540 Proposed Circular 15" HDPE 0.50 28 2.2 2.6 1544 -1543 Existing Circular 15" PVC 0.04 162 -2.8 -3.0 1545 -1540 Proposed Circular 15" HDPE 0.50 38 6.6 6.3 1550 -1540 Proposed Circular 30" HDPE 0.18 256 15.9 16.2 1551 -1550 Proposed Circular 15" HDPE 0.50 18 2.0 2.3 1552 -1550 Proposed Circular 30" HDPE 0.18 78 12.6 12.7 1553 -1552 Proposed Circular 15" HDPE 0.88 16 1.6 1.9 1554 -1552 Proposed Circular 15" HDPE 0.50 14 2.4 2.8 1560 -1552 Proposed Circular 30" HDPE 0.17 138 11.0 11.4 1561 -1560 Proposed Circular 30" HDPE 0.30 30 8.0 8.0 1562 -1561 Proposed Circular 30" HDPE 0.30 44 9.6 10.9 1563 -1562 Proposed Circular 30" HDPE 0.31 172 8.8 10.0 1564 -1563 Existing Circular 12" CMP 0.16 158 1.6 1.7 1565 -1563 Existing Circular 15" PVC 1.28 182 4.4 5.2 1566 -1565 Existing Circular 15" PVC 0.50 26 2.4 2.8 1567 -1560 Proposed Circular 18" HDPE 0.50 24 5.4 5.4 1568 -1567 Proposed Circular 18" HDPE 0.50 40 3.9 4.2 1610 -1600 Proposed Circular 36" HDPE 0.44 296 43.1 45.2 1611 -1610 Existing Circular 12" PVC 6.40 30 1.5 1.7 1612 -1610 Proposed Circular 36" HDPE 0.44 54 41.1 42.8 1613 -1612 Proposed Circular 36" HDPE 0.45 60 37.4 38.7 1614 -1613 Proposed Circular 36" HDPE 0.44 34 32.6 34.6 1615 -1614 Proposed Circular 36" HDPE 0.42 26 32.6 34.6 1620 -1615 Proposed Circular 36" HDPE 0.27 202 31.3 33.8 1621 -1620 Proposed Circular 15" HDPE 0.50 28 7.1 7.7 1622 -1621 Existing Circular 12" PVC 0.33 42 5.7 6.0 1630 -1620 Proposed Circular 36" HDPE 0.27 96 26.0 27.5 1640 -1630 Proposed Circular 36" HDPE 0.27 188 24.8 26.8 1641 -1640 Proposed Circular 15" HDPE 0.50 32 5.0 5.1 1642 -1641 Existing Circular 12" PVC 0.48 42 3.7 4.1 1643 -1640 Proposed Circular 36" HDPE 0.27 44 19.4 22.1 1643 -1642 Existing Circular 12" PVC 0.68 40 1.6 1.6 1650 -1564 Existing Circular 12" PVC 0.39 158 1.2 1.3 1651 -1650 Proposed Circular 15" HDPE 0.50 34 7.4 7.9 1652 -1643 Proposed Circular 36" HDPE 0.27 174 20.2 21.3 1652 -1651 Proposed Circular 15" HDPE 0.50 30 8.2 8.5 1653 -1650 Existing Circular 12" PVC -0.42 36 1.8 1.8 1653 -1652 Proposed Circular 36" HDPE 0.28 32 11.2 22.6 1654 -1653 Proposed Circular 15" HDPE 0.50 148 6.7 7.0 1655 -1654 Proposed Circular 15" HDPE 0.50 26 6.0 6.4 South Island Drainage Study, September 2008 Conceptual Cost Estimates City of Tybee Island, Georgia Cost Estimate Summary Base Year (2008) Construction Cost Estimates Project Project Decription Base Cost E & C (20 %) Total Cost 1A 14th Street Improvements, Phase 1 $ 324,200 $ 64,800 $ 389,000 1B 14th Street Improvements, Phase 2 $ 271,600 $ 54,300 $ 325,900 2 Tybrisa Street Improvements $ 270,700 $ 54,100 $ 324,800 3 13th Street Improvements $ 268,300 $ 53,700 $ 322,000 4 15th Street Improvements $ 338,700 $ 67,700 $ 406,400 5 12th Street Improvements $ 181,900 $ 36,400 $ 218,300 Total $ 1,655,400 $ 331,000 $ 1,986,400 Total Cost Estimates for Future Years* Project Project Decription 2009 2010 2011 2012 1A 14th Street Improvements, Phase 1 $ 400,670 $ 412,690 $ 425,070 $ 437,820 1B 14th Street Improvements, Phase 2 $ 335,680 $ 345,750 $ 356,120 $ 366,800 2 Tybrisa Street Improvements $ 334,540 $ 344,580 $ 354,920 $ 365,570 3 13th Street Improvements $ 331,660 $ 341,610 $ 351,860 $ 362,410 4 15th Street Improvements $ 418,590 $ 431,150 $ 444,080 $ 457,410 5 12th Street Improvements $ 224,850 $ 231,590 $ 238,540 $ 245,700 Total $ 2,045,990 $ 2,107,370 $ 2,170,590 $ 2,235,710 * Based on an Annual Inflation Rate of3.0% South Island Drainage Study, September 2008 Conceptual Cost Estimates City of Tybee Island, Georgia Project 1: 14th Street Improvements, Back River to 2nd Avenue - COMPLETE Item No. Proposed Pipe or Structure 1. Remove Existing 36" Conc. Headwall 2. Remove Existing Manhole or Inlet 3. Remove Existing Pipe, 24" or Smaller 4. Remove Existing Pipe, 30" or Larger 5. Install Double 42" Conc. Headwall w/ Tide 6. Install Grate or Curb Inlet 7. Install Special Design Junction Box 8. Install Double 42" HDPE 9. Install Single 42" HDPE 10. Install Single 36" HDPE 11. Install Single 30" HDPE 12. Install Single 18" HDPE 13. Install Single 15" HDPE 14. Dumped Stone Rip Rap 15. Remove and Replace Asphalt or Conc. 16. Permanent Grassing 17. Utility Adjustments and Coordination 18. Erosion Control 19. Traffic Control Subtotal Additional Costs Base Construction Cost Engineering & Contingencies Total Cost Total if Constructed in Two Phases Note: Removal items include cost of disposal of materials Quantitiy 1 33 1,960 400 1 31 1 190 1,570 1,110 520 300 120 32 1,050 5,000 10% 20% Unit EA EA LF LF EA EA EA LF LF LF LF LF LF SY SY SY LS LS LS Unit Cost Cost $ 1,200.00 $ 500.00 $ 7.50 $ 10.00 $ 20,000.00 $ 2,500.00 $ 6,000.00 $ 140.00 $ 70.00 $ 50.00 $ 40.00 $ 30.00 $ 27.50 $ 50.00 $ 40.00 $ 1.50 $ 80,000.00 $ 15,000.00 $ 8,000.00 $ 1,200.00 $ 16,500.00 $ 14,700.00 $ 4,000.00 $ 20,000.00 $ 77,500.00 $ 6,000.00 $ 26,600.00 $ 109,900.00 $ 55,500.00 $ 20,800.00 $ 9,000.00 $ 3,300.00 $ 1,600.00 $ 42,000.00 $ 7,500.00 $ 80,000.00 $ 15,000.00 $ 8,000.00 $ 519,100.00 $ 51,900.00 $ 571,000.00 $ 114,200.00 $ 685,200.00 $ 714,900.00 South Island Drainage Study, September 2008 Conceptual Cost Estimates City of Tybee Island, Georgia Project 1A: 14th Street Improvements, Back River to 2nd Avenue - PHASE 1 Item No. Proposed Pipe or Structure 1. Remove Existing 36" Conc. Headwall 2. Remove Existing Manhole or Inlet 3. Remove Existing Pipe, 24" or Smaller 4. Remove Existing Pipe, 30" or Larger 5. Install Double 42" Conc. Headwall w/ Tide 6. Install Grate or Curb Inlet 7. Install Special Design Junction Box 8. Install Double 42" HDPE 9. Install Single 42" HDPE 10. Install Single 36" HDPE 11. Install Single 30" HDPE 12. Install Single 18" HDPE 13. Install Single 15" HDPE 14. Dumped Stone Rip Rap 15. Remove and Replace Asphalt or Conc. 16. Permanent Grassing 17. Utility Adjustments and Coordination 18. Erosion Control 19. Traffic Control Subtotal Additional Costs Base Construction Cost Engineering & Contingencies Total Cost, Phase 1 Note: Removal items include cost of disposal of materials Quantitiy 1 14 920 400 1 13 1 190 800 560 260 32 550 3,000 10% 20% Unit EA EA LF LF EA EA EA LF LF LF LF LF LF SY SY SY LS LS LS Unit Cost $ 1,200.00 $ 500.00 $ 7.50 $ 10.00 $ 20,000.00 $ 2,500.00 $ 6,000.00 $ 140.00 70.00 50.00 40.00 30.00 27.50 50.00 40.00 1.50 $ 50,000.00 $ 10,000.00 $ 8,000.00 Cost 1,200.00 7,000.00 6,900.00 4,000.00 20,000.00 32,500.00 6,000.00 26,600.00 56,000.00 28,000.00 10,400.00 1,600.00 22,000.00 4,500.00 50,000.00 10,000.00 8,000.00 $ 294,700.00 $ 29,500.00 $ 324,200.00 $ 64,800.00 $ 389,000.00 South Island Drainage Study, September 2008 Conceptual Cost Estimates City of Tybee Island, Georgia Project 1B: 14th Street Improvements, Back River to 2nd Avenue - PHASE 2 Item No. Proposed Pipe or Structure 1. Remove Existing 36" Conc. Headwall 2. Remove Existing Manhole or Inlet 3. Remove Existing Pipe, 24" or Smaller 4. Remove Existing Pipe, 30" or Larger 5. Install Double 42" Conc. Headwall wi Tide 6. Install Grate or Curb Inlet 7. Install Special Design Junction Box 8. Install Double 42" HDPE 9. Install Single 42" HDPE 10. Install Single 36" HDPE 11. Install Single 30" HDPE 12. Install Single 18" HDPE 13. Install Single 15" HDPE 14. Dumped Stone Rip Rap 15. Remove and Replace Asphalt or Conc. 16. Permanent Grassing 17. Utility Adjustments and Coordination 18. Erosion Control 19. Traffic Control Subtotal Additional Costs Base Construction Cost Engineering & Contingencies Total Cost, Phase 2 Note: Removal items include cost of disposal of materials Quantitiy Unit - EA 19 EA 1,040 LF - LF EA 18 EA - EA - LF 770 LF 550 LF 260 LF 300 LF 120 LF - SY 500 SY 3,000 SY LS LS LS 10% 20% Unit Cost $ 1,200.00 $ 500.00 $ 7.50 $ 10.00 $ 20,000.00 $ 2,500.00 $ 6,000.00 $ 140.00 $ 70.00 $ 50.00 $ 40.00 $ 30.00 $ 27.50 $ 50.00 $ 40.00 $ 1.50 $ 40,000.00 $ 8,000.00 $ 8,000.00 Cost 9,500.00 7,800.00 45,000.00 53,900.00 27,500.00 10,400.00 9,000.00 3,300.00 20,000.00 4,500.00 40,000.00 8,000.00 8,000.00 $ 246,900.00 $ 24,700.00 $ 271,600.00 $ 54,300.00 $ 325,900.00 South Island Drainage Study, September 2008 Conceptual Cost Estimates City of Tybee Island, Georgia Project 2: Tybrisa Street Improvements, Back River to 2nd Avenue - COMPLETE Item No. Proposed Pipe or Structure 1. Remove Existing Manhole or Inlet 2. Remove Existing Pipe, 24" or Smaller 3. Install 36" Headwall w/ Wing Walls & Tide 4. Install Grate or Curb Inlet 5. Install Single 36" HDPE 6. Install Single 15" HDPE 7. Dumped Stone Rip Rap 8. Remove and Replace Asphalt or Conc. 9. Permanent Grassing 10. Utility Adjustments and Coordination 11. Erosion Control 12. Traffic Control Subtotal Additional Costs Base Construction Cost Engineering & Contingencies Total Cost Quantitiy 18 1,400 Gate 1 19 1,210 340 15 800 3,000 Note: Removal items include cost of disposal of materials 10% 20% Unit EA LF EA EA LF LF SY SY SY LS LS LS Unit Cost $ 500.00 $ 7.50 $ 18,000.00 $ 2,500.00 $ 50.00 $ 27.50 $ 50.00 $ 40.00 $ 1.50 $ 40,000.00 $ 10,000.00 $ 4,000.00 Cost $ 9,000.00 $ 10,500.00 $ 18,000.00 $ 47,500.00 $ 60,500.00 $ 9,350.00 $ 750.00 $ 32,000.00 $ 4,500.00 $ 40,000.00 $ 10,000.00 $ 4,000.00 $ 246,100.00 $ 24,600.00 $ 270,700.00 $ 54,100.00 $ 324,800.00 South Island Drainage Study, September 2008 Conceptual Cost Estimates City of Tybee Island, Georgia Project 3: 13th Street Improvements, Back River to Lovell Avenue - COMPLETE Item No. Proposed Pipe or Structure 1. Remove Existing 15" Wooden Headwall 2. Remove Existing Manhole or Inlet 3. Remove Existing Pipe, 24" or Smaller 4. Install 36" Headwall w/ Tide Gate 5. Install Grate or Curb Inlet 6. Install Single 36" HDPE 7. Install Single 30" HDPE 8. Install Single 24" HDPE 9. Install Single 18" HDPE 10. Install Single 15" HDPE 11. Dumped Stone Rip Rap 12. Remove and Replace Asphalt or Conc. 13. Permanent Grassing 14. Utility Adjustments and Coordination 15. Erosion Control 16. Traffic Control Subtotal Additional Costs Base Construction Cost Engineering & Contingencies Total Cost Note: Removal items include cost of disposal of materials Quantitiy Unit Unit Cost 1 12 840 1 16 1,360 70 200 60 40 18 450 4,000 10% 20% EA EA LF EA EA LF LF LF LF LF SY SY SY LS LS LS $ 500.00 $ 500.00 $ 7.50 $ 13,000.00 $ 2,500.00 $ 50.00 $ 40.00 $ 35.00 $ 30.00 $ 27.50 $ 50.00 $ 40.00 $ 1.50 $ 55,000.00 $ 12,000.00 $ 6,000.00 Cost $ 500.00 $ 6,000.00 $ 6,300.00 $ 13,000.00 $ 40,000.00 $ 68,000.00 $ 2,800.00 $ 7,000.00 $ 1,800.00 $ 1,100.00 $ 900.00 $ 18,000.00 $ 6,000.00 $ 55,000.00 $ 12,000.00 $ 6,000.00 $ 243,900.00 $ 24,400.00 $ 268,300.00 $ 53,700.00 $ 322,000.00 South Island Drainage Study, September 2008 Conceptual Cost Estimates City of Tybee Island, Georgia Project 4: 15th Street Improvements, Back River to 2nd Avenue - COMPLETE Item No. Proposed Pipe or Structure 1. Remove Existing Manhole or Inlet 2. Remove Existing Pipe, 24" or Smaller 3. Install 30" Headwall w/ Tide Gate 4. Install Grate or Curb net 5. Install Storm Manhole 6. Install Single 30" HDPE 7. Install Single 24" HDPE 8. Install Single 18" HDPE 9. Install Single 15" HDPE 10. Dumped Stone Rip Rap 11. Remove and Replace Asphalt or Conc. 12. Permanent Grassing 13. Utility Adjustments and Coordination 14. Erosion Control 15. Traffic Control Subtotal Additional Costs Base Construction Cost Engineering & Contingencies Total Cost Note: Removal items include cost of disposal of materials Quantitiy 19 2,000 1 19 4 1,680 40 80 200 14 1,200 3,000 10% 20% Unit EA LF EA EA EA LF LF LF LF SY SY SY LS LS LS Unit Cost $ 500.00 $ 7.50 $ 12,000.00 $ 2,500.00 $ 2,800.00 $ 40.00 $ 35.00 $ 30.00 $ 27.50 $ 50.00 $ 40.00 $ 1.50 $ 65,000.00 $ 12,000.00 $ 6,000.00 Cost $ 9,500.00 $ 15,000.00 $ 12,000.00 $ 47,500.00 $ 11,200.00 $ 67,200.00 $ 1,400.00 $ 2,400.00 $ 5,500.00 $ 700.00 $ 48,000.00 $ 4,500.00 $ 65,000.00 $ 12,000.00 $ 6,000.00 $ 307,900.00 $ 30,800.00 $ 338,700.00 $ 67,700.00 $ 406,400.00 South Island Drainage Study, September 2008 Conceptual Cost Estimates City of Tybee Island, Georgia Project 5: 12th Street Improvements, Back River to 2nd Avenue - COMPLETE Item No. Proposed Pipe or Structure 1. Remove Existing Double 15" Conc. Headwall 2. Remove Existing 24" Conc. Headwall 3. Remove Existing Manhole or Inlet 4. Remove Existing Pipe, 24" or Smaller 5. Install Double 30" Conc. Headwall w/ Tide 6. Install Double 30" Conc. Headwall 7. Install Grate or Curb Inlet 8. Install Special Design Junction Box 9. Install Double 30" HDPE 10. Install Single 18" HDPE 11. Clean, Regrade and Reshape Existing Ditch 12. Dumped Stone Rip Rap 13. Remove and Replace Asphalt or Conc. 14. Permanent Grassing 15. Utility Adjustments and Coordination 16. Erosion Control 17. Traffic Control Subtotal Additional Costs Base Construction Cost Engineering & Contingencies Total Cost Note: Removal items include cost of disposal of materials Quantitiy Unit Unit Cost Cost 1 1 3 720 1 2 1 2 560 40 710 40 200 3,000 10% 20% EA EA EA LF EA EA EA EA LF LF LF SY SY SY LS LS LS $ 1,000.00 $ 600.00 $ 500.00 $ 7.50 $ 16,000.00 $ 4,000.00 $ 2,500.00 $ 4,500.00 $ 120.00 $ 30.00 $ 10.00 $ 50.00 $ 40.00 $ 1.50 $ 20,000.00 $ 10,000.00 $ 3,000.00 $ 1,000.00 $ 600.00 $ 1,500.00 $ 5,400.00 $ 16,000.00 $ 8,000.00 $ 2,500.00 $ 9,000.00 $ 67,200.00 $ 1,200.00 $ 7,100.00 $ 2,000.00 $ 8,000.00 $ 4,500.00 $ 20,000.00 $ 10,000.00 $ 3,000.00 $ 165,400.00 $ 16,500.00 $ 181,900.00 $ 36,400.00 $ 218,300.00 A Bell Company HUSSEY, GAY, BELL & DEYOUNG, INC. CONSULTING ENGINEERS June 25, 2008 Ms. Diane D. Schleicher City Manager City of Tybee Island P. O. Box 2749 Tybee Island, Georgia 31328 -2749 RE: le STREET DRAINAGE PROJECT Dear Ms. Schleicher: As you know, the City of Tybee Island has a proposed project to replace the existing storm drainage pipes along 14th Street with new HDPE pipes of the same diameter. At your request, I reviewed the bid package and examined the project in the field with Joe Wilson and Downer Davis. The results of the effort were included in my June 10 letter to you and were subsequently discussed at the Infrastructure Committee meeting on June 12. The main topic of discussion of the meeting was my statement that, while the proposal would be beneficial, it would not eliminate the frequent flooding which occurs in this area. The end result of the discussion was that action on the in -hand bid for the work was postponed. HGBD was asked to conduct a more in -depth review and analysis of the proposed work, its impact, if any, on flooding, and what adjustments might be needed to achieve a definite betterment in the basin. The results of this effort are discussed in the following paragraphs. As noted, the 14th Street area is in a natural basin, with somewhat higher elevations all around. This limits discharge from the area to that which can exit via the piped system. By the time the water builds up sufficiently to allow overland relief, there will be significant (at least 1 foot) water in many structures. However, lower overflow relief cannot be readily provided, for to do so would invite inflow during the times of "spring" tides, when the high tide level is near the floor elevations of some structures. Given this, HGBD used the following approach in our assessment: Determine the approximate drainage areas contributing to each of the subbasins within the primary 14th Street basin. Determine the runoff characteristics of each subbasin based on surface coverage conditions and lengths of flow paths. 329 COMMERCIAL DRIVE (31406) • P.O. BOX 14247 • SAVANNAH, GEORGIA 31416 -1247 • TELEPHONE 912.354.4626 • FACSIMILE 912.354.6754 625 Green Street. N.E. Gainesville, GA 30501 Telephone: 770.535.! 133 Facsimile: 770.535.1134 474 Wando Park Blvd., Suite 201 (29 4641 P.O. Box 1771 Mt. Pleastutt, SC 29465 Telephone: 843.849.7508 ) Facsimile: 843.849.7502 www.hgbd ruin 1219 Assembly Street 129201) P.( }. Boa 7967 Columbia. SC 292(12 Telephone: 803.799.0444 Facsimile: 803.799.1499 Ms. Diane D. Schleicher June 25, 2008 Page No. 2 Determine the capacity of the currently proposed replacement lines for varying tide conditions. - Determine what substitute or supplemental improvements would be needed to eliminate flooding under different rainfall and tide conditions. It was our decision to examine the 10 year, 25 year and 50 year design storms for tidal conditions simulated by elevation 0 (mean normal tide), 3 (normal high tide) and 6 (spring high tide). - If improvements were possible, determine the approximate additional cost above that represented by current in -hand bid that would be required for each scenario. Our results are as follows: - The currently proposed pipe replacement, with base cost of $304,000, would continue to show flooding for the 2 year storm with the 0 tide level. Higher tides, larger storms, or combinations of these would result in more extensive and damaging flooding. No relief was possible for any of the design storms with the tide level at 6.0. This was not unexpected. As our year 2000 study indicated and as discussed at the meeting, only a stormwater pumping station would provide relief in this situation. - Relief from flooding was possible for all three design storms at tide levels simulated as elevations 0 and 3. The pipe lengths and sizes are shown on the attached sheets. A double (DBL) line indicates that the existing pipe would be replaced by two pipes side by side. Pipes noted as (Rt and Lt) indicate that the existing pipe would be replaced by the size indicated, with a same sized pipe installed on the other side of the street where there is now not a pipe. As would be expected, the additional cost to provide relief increases with rainfall intensity and tide level. The approximate additional cost above the current bid price is shown in the matrix below. It should be noted that this is an estimate based on available information and could move up or down when implemented with a detailed engineering plan. Additional costs to provide relief from flooding on 14th Street Design Storm Tide Level 0 Tide Level 3 10 $70,000 $145,000 25 $190,000 $240,000 50 $210,000 $250,000 Please note that the 50 year, 3' tide also works for the 100 year, 0 tide. Ms. Diane D. Schleicher June 25, 2008 Page No. 3 I trust that the above provides a satisfactory summary of our efforts. I look forward to presenting this in more detail to you and the committee. Please call with any questions or comments. Sincerely, 4/1,4 BILL NICHOLSON BN /di cc: Bill Lovett Tybee Island, 14th St. Drainage June, 2008 Can flooding be eliminated without a pump station? Improvements required to meet above Location 2nd Ave Jones Ave Miller Ave 5th Ave 6th Ave 7th Ave Chatham Ave Outlet Headwall Storm Tide Oft 3ft 6ft 10 -year yes yes no 25 -year yes yes no 50 -year yes yes no 10 -Year Storm 0.00 Ft Tide 10 -Year Storm 3.00 Ft Tide 25 -Year Storm 0.00 Ft Tide Inlets (EA) Pipe (LF) Pipe Size (In) Inlets (EA) Pipe (LF) Pipe Size (in) Inlets (EA) Pipe (LF) Pipe Size (In) 4 4 4 220 24 220 24 220 30 4 4 4 280 30 280 30 280 30 4 4 4 280 36 280 36 280 36 4 4 4 280 36 280 42 280 42 4 4 3 & 1 Spcl 270 42 270 42 540 (DBL) 42 4 3 &1 Spcl 2 &2Spc1 260 42 520 (DBL) 42 520 (DBL) 42 2 1 &1Spc1 1 &1Spc1 220 42 440 (DBL) 42 440 (DBL) 42 Location 2nd Ave Jones Ave Miller Ave 5th Ave 6th Ave 7th Ave Chatham Ave Outlet Headwall 25 -Year Storm 3.00 Ft Tide 50 -Year Storm 0.00 Ft Tide 50 -Year Storm 3.00 Ft Tide Inlets (EA) Pipe (LF) Pipe Size (In) Inlets (EA) Pipe (LF) Pipe Size (In) Inlets (EA) Pipe (LF) Pipe Size (In) 4 4 4 440 (Lt & Rt) 24 440 (Lt & Rt) 24 440 (Lt & Rt) 24 4 4 4 560 (Lt & Rt) 30 560 (Lt & Rt) 30 560 (Lt & Rt) 30 4 4 4 560 (Lt & Rt) 30 560 (Lt & Rt) 30 560 (Lt & Rt) 36 4 4 4 560 (Lt & Rt) 36 560 (Lt & Rt) 36 560 (Lt & Rt) 36 4 4 4 540 (Lt & Rt) 42 540 (Lt & Rt) 36 540 (Lt & Rt) 42 4 4 4 520 (Lt & Rt) 42 520 (Lt & Rt) 36 520 (Lt & Rt) 42 1 & 1 Spcl 1 &1Spcl 1 &1Spcl 440 (DBL) 42 440 (DBL) 42 440 (DBL) 42 A Bell Company HUSSEY, GAY, BELL & DEYOUNG, INC. CONSULTING ENGINEERS June 10, 2008 Ms. Diane D. Schleicher City Manager City of Tybee Island P. O. Box 2749 Tybee Island, Georgia 31328 -2749 RE: 14TH STREET DRAINAGE PROJECT Dear Ms. Schleicher: Per your request, I have reviewed the Request for Bid Package for the referenced project. I have also reviewed the project in the field with Joe Wilson and Downer Davis. I now believe I have an understanding of the extent and purpose of the work. The general scope of the project is the replacement of the existing pipe and drainage inlets along 14th Street with new pipes and structures. The pipes will be replaced with the same size pipe in most cases, although the material will be high density polyethylene (1 -1DPE). A new headwall will be constructed at the outlet to the marsh, and a Tideflex check valve will be installed at the end of the new pipe to prevent the incursion of tidal water into the storm drain system. While there are no engineered plans, I believe that the work can be completed in an effective manner, although it will probably require more on- site involvement from City staff. I offer the following comments on the project: Since the replacement pipe is, in most cases, the same size as the existing, there should be limited conflicts with in- place utilities. The contractor should install the new pipe on a fairly constant and consistent slope from outlet end to the upper reaches. I would expect that the existing system does not always do this; achieving this in the project provides better flow conditions. The pipes should be installed as deep as practically possible, even if this reduces the overall pipe slope. A deeper, flatter pipe has better flow characteristics than a shallow, steep pipe. Wherever possible, the top of the replacement drainage inlets should be set below the existing pavement and ground, to encourage flow down to the structure top. 329 COMMERCIAL DRIVE (31406) - P.O. BOX 14247 • SAVANNAH, GEORGIA 31416 -1247 • TELEPHONE 625 Green Street, N.E. Gainesville. GA 30501 Telephone: 770.535.1 133 Faesimi1e:770.535.1 134 474 Wando Park Blvd., Suite 201 (29464) P.O. Box 1771 Mt. Pleasant. SC 29465 Telephone: 843.849.75(X) Facsimile: 843.849.75(12 W MR{! hgbd. com 912.354.4626 • FACSIMILE 912.354.6754 1219 Assembly Street 1292111) P.O. Box 7967 Columbia. SC 29202 Telephone: (9(3.799.0444 Facsimile: 803.799.1 499 Ms. Diane D. Schleicher June 10, 2008 Page No. 2 The use of plastic pipes, which have a lower coefficient of friction than concrete, combined with proper alignment and gradient, will provide a new system which is more efficient in flow characteristics and which will carry slightly more flow than the existing system. The installation of the tideflex device, will prevent inflow of tidal water into the system, which will help with maintenance, as will the use of paved inverts in the structures. All this will be beneficial to the residents of the 14th Street basin and to the City. On the other hand, however, the benefits of the improvements have their limits. The entire area is still very flat, and has relatively low surface elevations. Many of the structures in the basin area are built with slab -on -grade construction, so the buildings are also low. The drainage system is impacted by the height of the tide; the higher the tide level, the less discharge can leave the pipes. Structures in the basin have flooded before, and will flood again if the same meteorotogic and tide conditions occur. I hope the above is helpful to you. If you have any questions or comments, please call. Sincerely, BILL NICHOLSON BN /di cc: Bill Lovett TYBRISA EXTENSION SIDEWALK REPLACEMENT ALONG BUTLER AVENUE. PRELIMINARY ESTIMATE JUNE 10, 2008 Item No. Description Estimated Quantity Unit Price Total Cost 1. Remove Existing Sidewalk 80 SY $12.00 $ 960 2. Remove Wheelstop 16 EA 10.00 160 3. Remove Pavement 45 SY 12.00 540 4. Concrete Header Curb 170 LF 25.00 4,250 5. Concrete Sidewalk 80 SY 50.00 4,000 6. Concrete Pavers at Sidewalk 460 SF 12.00 5,520 7. Handicapped Ramp 1 EA 750.00 750 8. Traffic Control JOB Lump Sum 6,000 9. Mobilization JOB Lump Sum 5,000 Subtotal $27,180.00 25% Engineering and Contingency $6,795.00 Total $33,975.00 THE STRAND AT TYBRISA ROADWAY WIDENING PRELIMINARY ESTIMATE JUNE 10, 2008 Item No. Description Estimated Quantity Unit Price Total Cost 1. Remove Existing Curb and Gutter 240 LF $11.00 $ 2,640 2. Remove Existing Pavement 30 SY 12.00 360 3. Remove Wooden Walk 120 SY 6.00 720 4. Concrete Curb and Gutter 225 LF 18.00 4,050 5. 1 %" Asphaltic Concrete Surface Course 90 SY 8.00 720 6. 6" Concrete Roadway Base 90 SY 40.00 3,600 7. Concrete Sidewalk 125 SY 50.00 6,250 8. Signing and Pavement Marking JOB Lump Sum 1,800 9. Landscaping JOB Lump Sum 3,000 10. Traffic Control JOB Lump Sum 5,000 11. Mobilization JOB Lump Sum 5,000 Subtotal $33,140.00 25% Engineering and Contingency $8,285.00 Total $41,425.00